SEAL ASSEMBLY, RUDDER STOCK

SOL #: 70Z08026QRO001Combined Synopsis/SolicitationSole Source

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

Gasket (339991)

PSC

Packing And Gasket Materials (5330)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 5, 2026
2
Submission Deadline
Feb 11, 2026, 3:00 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 (USCG SFLC) is seeking SEAL ASSEMBLY, RUDDER STOCK (NSN: 5330-01-565-9776, PN: H75492-01) for an anticipated non-competitive sole source award to Defense Maritime Solutions, Inc. or its authorized distributors. Other interested and capable parties must submit detailed information, including an OEM authorization letter, within two calendar days of the notice's posting (February 5, 2026). Quotes are due by February 11, 2026, at 10:00 AM EST.

Scope of Work

This requirement is for 10 EA SEAL ASSEMBLY, RUDDER STOCK. Key specifications include a size of 114.30 EL for 87 rudders (port or starboard). Strict packaging and marking requirements are mandated, adhering to MIL-STD-2073-1E Method 10 and specific ASTM standards (D6251 Type III, Class 1; D6880 Class 2; D5118 Heavy Duty Double-Wall Fiberboard). Items over 50 lbs must be skid-mounted or secured to a pallet. Marking must comply with MIL-STD-129R and ISO/IEC-16388-2007 Code 39 symbology. Standard commercial packaging is unacceptable, and substitute parts will not be accepted. Failure to meet these requirements will result in rejection.

Contract & Timeline

  • Opportunity Type: Combined Synopsis/Solicitation (FAR Subpart 12.6, FAR 13.106 Simplified Acquisition Procedures)
  • NAICS: 339991 (All Other Miscellaneous Manufacturing), Size Standard: 600 employees
  • Contract Type: Firm Fixed Price
  • Anticipated Award: Non-competitive sole source to Defense Maritime Solutions, Inc. or authorized distributors.
  • Quote Due: February 11, 2026, 10:00 AM EST
  • Published: February 5, 2026

Evaluation & Submission

Award will be made on an all-or-none basis to a responsible offeror whose quotation is the Lowest Price Technically Acceptable (LPTA). Technical acceptability includes strict adherence to packaging, packing, and marking (PP&M) requirements, and providing genuine OEM parts. Offerors must:

  • Be registered in SAM.gov with a valid DUNS number and provide their TIN.
  • Submit a completed FAR 52.212-3 (Offeror Representations and Certifications).
  • Include an inverted domestic corporation disclosure.
  • For non-OEM/non-authorized distributors: Submit complete capabilities information and an OEM letter verifying authorized distributor status within two calendar days of the notice posting.

Additional Notes

The solicitation incorporates various FAR clauses, including those related to Buy American Act, small business programs (e.g., HUBZone, Post Award Small Business Program representation), and ethical conduct. Questions regarding PP&M should be directed to the Contracting Officer prior to contract award.

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 5, 2026
SEAL ASSEMBLY, RUDDER STOCK | GovScope