Seal Assembly, Rudder Stock
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 is requesting quotations for 50 Seal Assemblies, Rudder Stock (NSN: 5330-01-565-9776). This is a combined synopsis/solicitation for a commercial item, with award based on the Lowest Price Technically Acceptable (LPTA) offer. Quotations are due by April 2, 2026, at 10:00 AM EST.
Scope of Work
The requirement is for 50 Seal Assemblies, Rudder Stock, specifically for 87 rudders (port or starboard). The brand name part is DEFENSE MARITIME SOLUTIONS, INC., PN: H75492-01. Offers of "equal" products must meet specified salient physical, functional, or performance characteristics.
Crucially, standard commercial packaging is unacceptable. Each assembly must be individually preserved and packaged in accordance with MIL-STD-2073-1E Method 10, using specific ASTM-D6251, ASTM-D6880, or ASTM-D5118 boxes, cushioned to prevent damage. Items over 50 lbs must be skid-mounted or secured to a pallet. Marking must comply with MIL-STD-129R and be bar coded IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY. Failure to meet packaging, packing, and marking (PP&M) requirements will result in rejection.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (Commercial Item)
- NAICS: 333991 (Packing And Gasket Materials)
- Size Standard: 600 employees
- Award Type: Firm Fixed Price Contract, awarded on an all-or-none basis.
- Set-Aside: None (All responsible sources may submit a quotation)
- Quotation Due: April 2, 2026, 10:00 AM EST
- Published: March 26, 2026
Submission Requirements
Offerors must submit a quotation including:
- Disclosure regarding inverted domestic corporations (HSAR 48 CFR 3009.104-70 through 3009.104-73).
- A completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2025) with Alternate I.
- Companies must have valid DUNS numbers and be registered with SAM.gov.
- Provide the company Tax Information Number (TIN).
Evaluation
Award will be made to the responsible offeror whose quotation, conforming to the solicitation, is the Lowest Price Technically Acceptable (LPTA) and most advantageous to the Government.
Additional Notes
This solicitation incorporates various FAR, HSAR, and CGAP clauses, including those related to Buy American Act, restrictions on foreign purchases, and payment by electronic funds transfer. Offerors are encouraged to review the full text of these clauses. Questions concerning PP&M requirements or bar-coding should be addressed with the Contracting Officer prior to award.