Repair of Rudders PORT & STBD
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
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), under the Department of Homeland Security, is seeking quotations for the repair and overhaul of Port and Starboard Rudder Assemblies for its 87' Coastal Patrol Boats. This is a Total Small Business Set-Aside combined synopsis/solicitation (RFQ) under NAICS code 811310. The objective is to restore 7 Port and 7 Starboard rudders to a serviceable "A" condition. Quotes are due by February 2, 2026, at 10:00 AM Eastern Daylight Savings Time (DST).
Scope of Work
The requirement involves the receipt, inspection, reporting, and potential overhaul of 7 Port Rudder Assemblies (NSN 2040-01-461-1944, P/N 87 WPB 561-001 PORT) and 7 Starboard Rudder Assemblies (NSN 2040-01-461-1943, P/N 87 WPB 561-001 STBD). Key tasks include:
- Inspection: Thorough cleaning, paint removal, visual inspection, ultrasonic testing, and air pressure testing to determine repair needs. A Condition Found Report (CFR) must be submitted within 10 days of receiving Government Furnished Property (GFP) rudders.
- Repair: Machining and welding (using 316L stainless steel) of rudder stocks and blades to meet USCG drawings and SFLC Std Spec 0740. Repairs must restore rudders to a serviceable "A" condition, meeting design dimensions and performance standards (e.g., 63 RMS surface finish, Class 1 keyway fit). Substitute parts are not acceptable.
- Component Provision: Supply of new rudder key stock, nuts, and washers.
- Preservation, Packing, Marking, and Shipping: Individual preservation, packing in reusable wood crates, marking with specific data, and bar-coding according to military standards (MIL-STD-2073-1E, DODD 4140.01-M-1).
- Delivery: F.O.B. Destination to USCG SFLC, Baltimore, MD, required by September 16, 2026.
Contract Details
- Solicitation Type: Request for Quotation (RFQ)
- Solicitation Number: 70Z08026QRO025
- Set-Aside: Total Small Business Set-Aside (FAR 52.219-6 applies)
- NAICS: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance)
- Contract Type: Anticipated competitive price purchase order, awarded as a Total Firm Fixed Price including inspection fees and shipping.
- Payment: Electronic submission via the Invoice Processing Platform (IPP).
Evaluation and Submission
Award will be made to the lowest price technically acceptable offeror. Vendors must submit an all-or-nothing quote for the entire requirement. Offerors must be registered in SAM.gov and complete FAR 52.212-3 representations and certifications (or ensure they are current in SAM). Compliance with various FAR and HSAR clauses, including those related to telecommunications prohibitions (e.g., Kaspersky Lab, ByteDance, Section 889), labor standards, and Buy American Act, is mandatory.
Key Dates & Contact
- Quotes Due: February 2, 2026, 10:00 AM Eastern Daylight Savings Time (DST)
- Questions Due: February 2, 2026
- Email Quotes/Questions to: Donna.M.Scandaliato@uscg.mil