Opportunity
SAM #70Z08026QAF040
USCG Overhaul and Repair of ITT Goulds Centrifugal Pump Units and Related Parts
Buyer
USCG Surface Forces Logistics Center Procurement Branch 1
Posted
April 27, 2026
Respond By
May 04, 2026
Identifier
70Z08026QAF040
NAICS
811310, 8113
This opportunity involves the U.S. Coast Guard Surface Forces Logistics Center (SFLC) seeking overhaul and repair services for centrifugal pump units used in WMEC 210 Class Fresh Water Systems. - Government Buyer: - U.S. Coast Guard, Surface Forces Logistics Center (SFLC) Procurement Branch 1 - OEMs and Vendors: - ITT Goulds Pumps, Inc. (primary OEM for centrifugal pump units) - Products/Services Requested: - Overhaul and repair of centrifugal pump units, specifically: - ITT Goulds centrifugal pump unit, part number 3655S-1 1/4 X 1 1/2 X 7 (quantity: 4) - Centrifugal pump unit, NSN 4320-01-199-9751, part number 755C890 (quantity: 1) - Mandatory and contingency replacement parts including gaskets, seals, impellers, adapters, wear rings, and AC motor - Services include opening, inspection, reporting, overhaul/repair, testing, painting, final inspection reporting, preservation, packaging, marking, and delivery - Unique or Notable Requirements: - No substitute parts or part numbers are allowed; only ITT Goulds Pumps, Inc. parts are acceptable - All work must adhere to OEM specifications and Coast Guard requirements - Strict packaging and marking instructions, including individual wooden boxes with specific markings - Warranty period of up to two years post-installation - Only technically acceptable, lowest price offers will be considered - Set aside for small businesses - Delivery and Place of Performance: - Delivery to USCG SFLC Receiving Room, Baltimore, MD - Work performed on WMEC 210 Class Fresh Water System - Contracting office located in Norfolk, VA
Description
THE USCG SURFACE FORCE LOGISTICS CENTER HAS A REQUIREMENT TO OPEN, INSPECT, REPORT AND OVERHAUL/REPAIR THE FOLLOWING:
4320 01-199-9751
PUMP UNIT CENTRIFUGAL
MFG NAME: ITT GOULDS PUMPS, INC.
PART NBR: 3655S-1 1/4 X 1 1/2 X 7
QTY: 4
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format outlined in 10/1/2025, FAC Number 2025-06. 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.
(ii) Solicitation Number 70Z08026QAF040 issued as a request for quotation (RFQ).
(iii) Solicitation 70Z08026QAF040 and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC FAR Subpart 12.6, 2025-04 10/1/2025, FAC Number 2025-06.
(iv) NAICS 811310
(v) See Attached Excel Spreadsheet, “CLIN Structure.”
(vi) Substitute parts or part numbers are NOT acceptable. The USCG does not own the rights to the proprietary data and therefore cannot provide drawings, specifications or schematics for these parts.
(vii) Delivery:
Deliveries are to be made Monday through Friday between the hours of 7:00 am to 1:00 pm.
Delivery shall be F.O.B. Destination to:
United States Coast Guard (SFLC)
Receiving Room, Bldg. #88A
2401 Hawkins Point Road
Baltimore, MD 21226.
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.
(viii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. In addition, the following language applies to this provision:
Multiple awards will not be made. Vendor shall provide an all-or-nothing quote for the requirement identified in (v) above.
(ix) Award will be made to the lowest price offeror, that is deemed technically acceptable.
In accordance with the specification, the Contractor shall provide a TOTAL FIRM FIXED PRICE for all necessary equipment and labor (to include estimated repair cost) at a loaded composite hourly rate, including profit, G&A and overhead, material, to arrive at a total price to overhaul, test, prepare and submit a Final Inspection Report, preserve, package, mark and delivery. The composite labor rate will be multiplied by the estimated number of labor hours (XXX) and will be used for evaluation purposes. A material percentage will be proposed by the contractor to be used for all shipping, handling, and other costs associated. This percentage will be multiplied by the Government’s anticipated price to obtain an extended price for evaluation purposes.
The total evaluated price will be based on the total value of CLINs 0001 and 0002. CLIN 0002 will be calculated by adding the two extended prices for Sub-CLINs (SLINs) 0002A, 0002B, and 0002C. Optional Item CLIN 0002 may be exercised at the time of contract award. After the open and inspect report is completed by the vendor and reviewed by the government, the final repair cost will be based on the negotiated hours and rates established at contract award and the proposed level of effort required for the repair as stated in the open and inspect report. The Contracting Officer will review and approve the repair in writing. Only upon the Contracting Officer’s approval will the contractor begin the repair in accordance with the Not to Exceed amount indicated by the Contracting Officer using the pricing in accordance with CLIN 0002. In addition to rates/percentages/prices requested in the price schedule, interested parties shall provide an estimated schedule for repair.
Vendor must be registered at https://www.sam.gov prior to quote submittal.
Each Offeror’s record in FAPIIS will be reviewed prior to award. Award will not be made to any offeror who has any adverse financial information or exclusions.
(x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with their offer, if this information is not already included in https://www.sam.gov
(xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.
Electronic Submission of Payment Requests
(a) Definitions. As used in these instructions -
(1) “Payment request” means a bill, voucher, invoice, or request for contract financing payment with associated supporting documentation. The payment request must: comply with the requirements identified in FAR 32.905(b), “Content of Invoices” and the applicable Payment clause included in this contract. In addition, discount offerings and small business status if available shall be stated. If travel was allowable and approved, components in accordance with FAR 31.205-46 shall be provided.
(b) The contractor shall submit payment requests electronically using the Invoice Processing Platform (IPP). The contractor will submit payment requests using the blank form in IPP.
(c) Information regarding IPP, including IPP Customer Support contact information, is available at www.ipp.gov or any successor site. (d) IPP enrollment information is at https://www.uscg.mil/fincen/IPP/.
Additional Clauses
HSAR 3052.212-70 Contract Terms and Conditions Applicable to DHS Acquisition of Commercial Items.
As prescribed in (HSAR) 48 CFR 3012.301, insert the following clause:
Contract Terms and Conditions Applicable to DHS Acquisition of Commercial Items (SEP 2012)
The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The provision or clause in effect based on the applicable regulation cited on the date the solicitation is issued applies unless otherwise stated herein. The following provisions and clauses are incorporated by reference: [The Contracting Officer should either check the provisions and clauses that apply or delete the provisions and clauses that do not apply from the list. The Contracting Officer may add the date of the provision or clause if desired for clarity.]
(a) Provisions.
X_3052.247-72 F.o.B. Destination Only.
(End of clause)
(xiv) Defense Priorities and Allocations System (DPAS) ratings are not applicable.
(xv) Quotes are due not later than 11/24/25, by 9 AM Eastern Daylight Savings Time (DST).
(xvi) Quote shall be emailed to Eric.I.Goldstein@uscg.mil.