Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 18, 2025 SAM #8727
SOURCES SOUGHT

53 -- Pioneer Industries, LLC Rudder Seal

Notice Date
10/16/2025 8:28:14 AM
 
Notice Type
Sources Sought
 
NAICS
339991 — Gasket, Packing, and Sealing Device Manufacturing
 
Contracting Office
SFLC PROCUREMENT BRANCH 1(00080) NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
70Z08026Q14003B00
 
Response Due
10/30/2025 1:00:00 PM
 
Archive Date
11/14/2025
 
Point of Contact
Ayanna Broom, Phone: 5716144703
 
E-Mail Address
ayanna.l.broom@uscg.mil
(ayanna.l.broom@uscg.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
The USCG SFLC PBPL will procure ten rudder seal assemblies and 30 rudder seal service kits under three-part numbers from Pioneer Industries, Inc. as a one-time purchase, fixed-price contract. The rudder seal assemblies and service kits are required as government furnished equipment (GFE) in support of the 154� WPC class vessels. The various assemblies and service kits under this requirement shall be manufactured IAW Defense Maritime Solutions (DMS) drawings and technical specifications as designed and installed during vessel manufacture or subsequent system upgrades specifically for the 154� WPC class vessels. DMS, Inc. is the Original Equipment Manufacturer (OEM) of the rudder seal assemblies and service kits associated with this requirement. The assemblies and service kits to be acquired are critical for executing statutory missions such as homeland security, search and rescue, drug interdiction, Alien Migrant Interdiction Operations (AMIO) and fisheries patrols in International Waters, U.S. territorial seas, contiguous zones and exclusive economic zones (EEZs). This requirement is not part of the USCG Standardization Program, however, in accordance with Commandant Instruction M4130.6B, Coast Guard Configuration Management Manual, it is very important to maintain cutter configuration. Use of other than OEM products would entail development of an engineering change, as required by CGTO PG-85-00-900-G, Joint Surface Forces Engineering Change Process Guide. This is an expensive, lengthy process requiring months of engineering, research and development, testing, reviews and approvals, during which time the 154� WPC cutters may be operating at a reduced capability unable to complete their multi-mission tasking. It is more than likely the Coast Guard would not have the funding to reverse engineer or purchase the proprietary data rights if made available by the OEM. Period of Performance: It is anticipated that one firm, fixed-price, definitive contract for one (1) year ordering period will be awarded for this requirement. Submission of Information: If you intend to submit information / documentation on this acquisition, please respond e-mail by Thursday, October 30, 2025 at 4:00 PM EST to: ayanna.l.broom@uscg.mil The following information / documentation must be included in your response: (a) a positive statement of your intention to submit a quote for this solicitation as a prime contractor, to include: Name of Company, Address, DUNS Number, Point of Contact and Phone Number, Business Size for the applicable NAICS Code and, if applicable, your Small Business Status along with a copy of the Certificate from the Small Business Administration (SBA) certifying the company�s small business status, and (b) evidence of experience in supplying the required items to include: Contract Numbers, Project Titles and Dollar Amounts, Points of Contact and Telephone Numbers. At least two references are requested, but more are desirable. All of the above must be submitted in sufficient detail for a decision to be made for a small business set-aside. The solicitation for this procurement indicating whether this will be pursued as a small business set-aside or on an unrestricted basis will be posted at www.fbo.gov. Disclaimer and Important Notes: The submission of this data for review shall not impede award of this contract as planned. The Government does NOT intend to pay for information solicited. For information regarding this acquisition, contact the Contracting officials listed herein. Regardless of the information obtained from this Sources Sought Notice, the Government reserves the right to consider any arrangement as deemed appropriate for this requirement. No proprietary, classified, confidential or sensitive information should be included in your response to this Sources Sought Notice. The Government reserves the right to use any information provided by respondents for any purpose deemed necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. Responses to this Sources Sought Notice will not be considered adequate responses to any resultant solicitation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/fc776707bd05428f94c6c04cadba3b2b/view)
 
Place of Performance
Address: Farmingdale, NY 11735, USA
Zip Code: 11735
Country: USA
 
Record
SN07621299-F 20251018/251016230040 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.