BLADE SET, PORT

SOL #: 70Z08026QRO009Combined Synopsis/Solicitation

Overview

Buyer

Homeland Security
Us Coast Guard
SFLC PROCUREMENT BRANCH 1(00080)
NORFOLK, VA, 23510, United States

Place of Performance

Place of performance not available

NAICS

Other Nonferrous Metal Foundries (except Die-Casting) (331529)

PSC

Ship And Boat Propulsion Components (2010)

Set Aside

No set aside specified

Timeline

1
Posted
Mar 6, 2026
2
Last Updated
Mar 11, 2026
3
Submission Deadline
Mar 12, 2026, 2:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The United States Coast Guard Surface Forces Logistics Center (SFLC) has an emergent requirement for one BLADE SET, PORT, WE, RH ROT. (NSN: 2010-00-906-6009, PN: 615WPC-4400-54) for 210A WMEC Cutters. This is a combined synopsis/solicitation for a commercial item, and quotations are due by March 12, 2025, at 10:00 am Eastern Standard Time.

Scope of Work

The requirement is for a single Right Hand Rotation Propeller Blade Set, manufactured to specific technical specifications detailed in SPEC P-245-0150 and technical drawing 618-WMEC_245_51_1_-_D.pdf. Blades must be made from ABS Type 4 Nickel Aluminum Bronze, utilizing Government Furnished Equipment (GFE) patterns for casting, and finished with CNC machining. Each blade must be individually packaged in a wooden crate; standard commercial packaging is unacceptable. Delivery is F.O.B. Destination to USCG SFLC, Baltimore, MD.

Contract Details

This will result in a Firm Fixed Price Contract awarded using simplified acquisition procedures. The NAICS code is 331529 with a 500-employee size standard. There is no set-aside; all responsible sources may submit a quotation.

Submission Requirements

Offerors must submit a quotation including their company Tax Information Number (TIN), a disclosure regarding inverted domestic corporations (per HSAR 48 CFR 3009.104-70 through 3009.104-73), and a completed FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (with Alternate I). Companies must have valid DUNS numbers and be registered with the System for Award Management (SAM.gov).

Evaluation Criteria

Award will be made on an all or none basis to the responsible offeror whose quotation is the most advantageous to the Government, specifically based on Lowest Price Technically Acceptable (LPTA).

Key Dates & Contact

  • Quotations Due: March 12, 2025, 10:00 am EST
  • Published Date: March 6, 2025
  • Primary Contact: DONNA SCANDALIATO (DONNA.M.SCANDALIATO@USCG.MIL, 410-762-6259)

Applicable Clauses

Key clauses include FAR 52.212-1 (Instructions to Offerors), FAR 52.212-4 (Contract Terms and Conditions), FAR 52.212-5 (Contract Terms & Conditions Required to Implement Statutes or Executive Orders), HSAR 3052.209-70 (Prohibition on contracts with corporate expatriates), and CGAP 3042.302-90 (Valuation Requirements for Spare Parts). Full text versions are available at www.acquisition.gov and www.dhs.gov.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 2
Combined Synopsis/Solicitation
Posted: Mar 11, 2026
View
Version 1Viewing
Combined Synopsis/Solicitation
Posted: Mar 6, 2026
BLADE SET, PORT | GovScope