Opportunity
SAM #70Z08526Q40110B00
US Coast Guard Solicits Inspection, Overhaul, and Supply of Propulsion Shafts and Sleeves for Cutters
Buyer
USCG Surface Forces Logistics Center Procurement Branch 2
Posted
April 20, 2026
Respond By
May 04, 2026
Identifier
70Z08526Q40110B00
NAICS
332999, 336611, 336612
The U.S. Coast Guard Surface Forces Logistics Center (SFLC) is seeking vendors for the inspection, possible overhaul, and supply of propulsion shafts and related components for various classes of Coast Guard cutters. - Government Buyer: - U.S. Coast Guard, Surface Forces Logistics Center (SFLC) - Products and Services Requested: - Open inspection and possible overhaul of two 'shaft, shouldered' items (NSN: 3040-01-501-2508, PN: 75F-WLR-243-002 TAIL) - Supply of propulsion shafts (line and tail) for 75E-WLR, 75F-WLR, 65WD, 65B-WD, and 75C-WAGL class cutters - Includes part numbers: 2010-01-501-9427, 2010-01-501-9429, 3040-01-501-2646, 3040-01-501-2508, 2010-01-501-8090, 2010-01-501-7657, 2010-01-501-6004, 2010-01-501-8615 - Supply of shaft sleeves (various part numbers) - Inspection, testing, machining, forging, fiberglass covering, and packaging per MIL and ASTM standards - Notable Requirements: - Compliance with detailed technical specifications and drawings - Use of Government Furnished Material (sleeves) - Packing and marking per Coast Guard instructions - Set aside for small businesses - Firm fixed pricing required for inspection, repair, and shipping - OEMs and Vendors: - No specific OEMs or manufacturers are named in the solicitation - Delivery and Performance Locations: - US Coast Guard SFLC Receiving Room, Bldg. #88, 2401 Hawkins Point Road, Baltimore, MD 21226 - Surface Forces Logistics Center, 2401 Hawkins Point Rd., Baltimore, MD 21226-5000 - Contracting office at Coast Guard Island, Bldg 50-7, Alameda, CA 94501
Description
The United States Coast Guard Surface Forces Logistics Center has a requirement for the open, inspect, and possible overhaul of the items listed below and is requesting quotations:
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format outlined in FAR Subpart 12.6, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested, and a written solicitation will not be issued. Solicitation Number 70Z08526Q40110B00 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2026-01. All responsible sources may submit a quotation which, if timely received, shall be considered by this agency. This acquisition will be issued under NAICS 336611. VENDOR NAME: VENDOR UEI: NSN: 3040-01-501-2508 NOM: SHAFT, SHOULDERD PN: 75F-WLR-243-002 TAIL QTY: 02 Inspection Fee: $__________ EACH Firm Fixed Price repair: $___________ EACH Please include the address to where the shafts need to be shipped Packing and Marking: See attached Statement of Work. Delivery: Please provide your proposed delivery address below. Deliveries are to be made Monday through Friday between 7:00 am and 1:00 pm. Delivery shall be F.O.B. Destination to: United States Coast Guard (SFLC) Receiving Room, Bldg. #88 2401 Hawkins Point Road Baltimore, MD 21226. Estimated Delivery date: _________________ Inspection and Acceptance: F.O.B. DESTINATION Inspection and acceptance shall take place after verification of preservation, individual packaging and marking requirements, and confirmation of no damage during transit. Failure to comply with packaging requirements will result in rejection and nonpayment. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. In addition, the following language applies to this provision: 8. Multiple awards will not be made. Vendor shall provide an all-or-nothing quote. 9. Award will be made to the lowest price offeror that is deemed technically acceptable. This RFQ is set aside for small businesses. The Contractor shall provide a TOTAL FIRM FIXED PRICE for all necessary equipment and shipping costs to addresses shown under delivery. Vendor must be registered at https://www.sam.gov prior to quote submittal. Each Offeror’s record in SAM will be reviewed prior to award. Award will not be made to any offeror with adverse financial information or exclusions. 10. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (MAY 2024), with their offer, if this information is not already included in https://www.sam.gov. 11. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items (NOV 2023), applies to this acquisition. 12. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (JAN 2025) (a) The Contractor shall comply with the following FAR clauses, which are incorporated by reference, to implement laws or Executive orders applicable to acquisitions of commercial products and services: (1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017) (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (Dec 2023) (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021) (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) (5) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) (6) 52.233-3, Protest After Award (Aug 1996) (7) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (b) The Contractor shall comply with FAR clauses indicated by the Contracting Officer as incorporated by reference to implement laws or Executive orders applicable to acquisitions of commercial products and services. The following checkboxes and clauses are examples: [ ] 52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020), with Alternate I (Nov 2021) [ ] 52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) [ ] 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) [ ] 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2020) [ ] 52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (Oct 2022) [ ] 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2022) [ ] 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020) [ ] 52.219-7, Notice of Partial Small Business Set-Aside (Nov 2020) [ ] 52.219-8, Utilization of Small Business Concerns (Jan 2025) [ ] 52.219-9, Small Business Subcontracting Plan (Jan 2025) [ ] 52.219-13, Notice of Set-Aside of Orders (Mar 2020) [ ] 52.219-14, Limitations on Subcontracting (Oct 2022) [ ] 52.219-27, Notice of Set-Aside for Service-Disabled Veteran-Owned Small Business (Feb 2024) [ ] 52.219-28, Postaward Small Business Program Rerepresentation (Jan 2025) [ ] 52.219-29, Notice of Set-Aside for Women-Owned Small Business Concerns (Oct 2022) [ ] 52.219-30, Notice of Set-Aside for Women-Owned Small Business Concerns (Oct 2022) [ ] 52.219-32, Orders Issued Under Small Business Reserves (Mar 2020) [ ] 52.219-33, Nonmanufacturer Rule (Sep 2021) [ ] 52.222-3, Convict Labor (Jun 2003) [ ] 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2025) [ ] 52.222-21, Prohibition of Segregated Facilities (Apr 2015) [ ] 52.222-26, Equal Opportunity (Sep 2016) [ ] 52.222-35, Equal Opportunity for Veterans (Jun 2020) [ ] 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) [ ] 52.222-37, Employment Reports on Veterans (Jun 2020) [ ] 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) [ ] 52.222-50, Combating Trafficking in Persons (Nov 2021) [ ] 52.222-54, Employment Eligibility Verification (Jan 2025) [ ] 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (May 2008) [ ] 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (May 2024) [ ] 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (May 2024) [ ] 52.223-20, Aerosols (May 2024) [ ] 52.223-21, Foams (May 2024) [ ] 52.223-23, Sustainable Products and Services (May 2024) [ ] 52.224-3, Privacy Training (Jan 2017) [ ] 52.225-1, Buy American-Supplies (Oct 2022) [ ] 52.225-3, Buy American-Free Trade Agreements-Israeli Trade Act (Nov 2023) [ ] 52.225-5, Trade Agreements (Nov 2023) [ ] 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) [ ] 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) [ ] 52.226-4, Notice of Disaster or Emergency Area Set-Aside (Nov 2007) [ ] 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) [ ] 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024) [ ] 52.229-12, Tax on Certain Foreign Procurements (Feb 2021) [ ] 52.232-29, Terms for Financing of Purchases of Commercial Products and Services (Nov 2021) [ ] 52.232-30, Installment Payments for Commercial Products and Services (Nov 2021) [ ] 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) [ ] 52.232-34, Payment by Electronic Funds Transfer-Other than System for Award Management (Jul 2013) [ ] 52.232-36, Payment by Third Party (May 2014) [ ] 52.239-1, Privacy or Security Safeguards (Aug 1996) [ ] 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by Foreign Entities (Nov 2024) [ ] 52.242-5, Payments to Small Business Subcontractors (Jan 2017) [ ] 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Nov 2021) Additional clauses and provisions follow similarly, each formatted for clarity and readability.