Opportunity

SAM #70Z08526Q24409

US Coast Guard Solicitation for Vulkan OEM Bearing Parts for CGC Hamilton Emergency Diesel Generator

Buyer

USCG Surface Forces Logistics Center Procurement Branch 2

Posted

April 21, 2026

Respond By

May 01, 2026

Identifier

70Z08526Q24409

NAICS

423830, 333613, 423860

This procurement opportunity is issued by the US Coast Guard SFLC Procurement Branch 2 for OEM Vulkan bearing parts to support the Emergency Diesel Generator on the CGC Hamilton. - Government Buyer: - US Coast Guard, Surface Forces Logistics Center (SFLC) Procurement Branch 2 - Contracting office located at Coast Guard Island, Alameda, CA - OEM and Vendors: - Vulkan (Original Equipment Manufacturer) - Products/Services Requested: - Vulkan VL 40 HUB 4140 (part number 4X40209448-ABS), quantity: 4 - Bearing part, dimensions: 335 x 127.117 x 160 mm - Vulkan HSD SHRINK DISK S22 (part number HSD-165-22X160), quantity: 4 - Bearing part, dimensions: 290 x 160 x 56 mm - Unique or Notable Requirements: - Only original Vulkan OEM parts are acceptable; no aftermarket, refurbished, or equivalent items will be considered - Technical acceptability and past performance are key evaluation factors - Delivery required within 20 weeks after order receipt - Delivery Location: - CGC Hamilton, 1050 Register St, North Charleston, SC 29405

Description

The United States Coast Guard Deputy Commandant for Systems (DCS) is issuing this combined synopsis/solicitation on behalf of the Surface Forces Logistics Center (SFLC) to award a firm-fixed-price contract for the services described below. This announcement constitutes the only solicitation.

This requirement consists of providing Vulkan brand name bearing parts on the Emergency Diesel Generator in support of CGC HAMILTON. The supplies include, but are not limited to:

1             4X40209448-ABS/ VL 40 HUB 4140 335 X 127.117 X 160               4             EA

2             HSD-165-22X160/ HSD SHRINK DISK S22 290 X 160 X 56            4             EA.

The Government will require delivery to:

CGC HAMILTON

Attn: Engineering Officer (25160)

1050 Register St

North Charleston SC 29405.

The required delivery date is No Later Than (NLT) 20 weeks ARO.

This acquisition is a total small business set-aside under NAICS code 333613 - Mechanical Power Transmission Equipment Manufacturing, with a corresponding small business size standard of 750. The applicable Product Service Code (PSC) is 3010 - Torque Converters and Speed Changers.

The Government will award to the responsible offeror whose offer represents the best value to the Government, considering price and non-price factors. Non-price factors include technical acceptability and past performance, including the offeror’s demonstrated ability to provide supplies of similar type and complexity.

The Government requires original equipment manufacturer (OEM) parts. Aftermarket, refurbished, or equivalent items are not acceptable. Fit, form, and function equivalency will not be considered in lieu of OEM parts.

The Government will evaluate past performance using information from the Contractor Performance Assessment Reporting System (CPARS), other Government records, and information provided by the offeror. The Government will not evaluate the absence of relevant past performance favorably or unfavorably.

Offerors shall identify any subcontractors proposed to perform major or critical aspects of the requirement, including but not limited to manufacturing, sourcing, assembly, or fulfillment of the supplies. For each such subcontractor, the offeror shall provide the subcontractor’s name, address, UEI, and a brief summary of relevant experience and past performance related to the proposed supplies. The Government will evaluate qualifications and past performance of the prime offeror and any identified subcontractors as part of the overall evaluation of the offeror’s ability to successfully perform the requirement.

Offerors are encouraged to submit sufficient descriptive information to demonstrate that the offered supplies meet the requirements of the solicitation. This may include product descriptions, specifications, part numbers, manufacturer information, or other documentation necessary to establish technical acceptability.

Offerors are responsible for ensuring that the supplies offered are correct, complete, and compatible with the Government’s requirements. The Government may consider the offeror’s demonstrated understanding of the supplies and ability to reliably source and deliver the required items as part of the evaluation of technical acceptability and past performance. Failure to provide correct supplies or inability to fulfill the requirement after award may render the offeror ineligible for award or subject to termination.

Submit offers electronically via email to the points of contact identified in this notice. The Government does not prescribe a specific quotation format. Offerors must submit a quotation that clearly identifies the supplies offered and demonstrates compliance with the stated requirements. Submissions must be complete, clear, and presented in a format that allows effective evaluation by the Government.

Submit offers on a firm-fixed-price basis. Prices must be all-inclusive and must cover all costs associated with providing the supplies, including but not limited to manufacturing, packaging, handling, transportation, duties, tariffs, fees, and any other costs. The Government may consider offers nonresponsive if they include conditional pricing, price escalation language, or statements indicating that prices are subject to adjustment based on future costs or fees. This will be a firm-fixed-price contract.

The Government intends to evaluate offers and make award without discussions; therefore, offerors should submit their best offer with initial submission.

Submit all questions via email to the points of contact identified in this notice. The Government will not accept telephone inquiries.

View original listing