Search Contract Opportunities

52000QR250020482 USCGC VIGOROUS Turbid pump replace

ID: 52000QR250020482 • Type: Synopsis Solicitation
Question & Answer Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

52000QR250020482 USCGC VIGOROUS Turbid Sewage Pump Replacement

Offerors must provide proof of authorized source status by submitting a valid Letter of Authorization (LOA) from the Original Equipment Manufacturer (OEM) or brand owner, confirming the vendor is an authorized distributor, reseller, or service provider for one metal working shear Part # SH-120500-HD-Hyd. or equivalent

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information in this notice. This solicitation is issued as a Request for Quote Number 52000PR25Q250020482. This procurement will be processed in accordance with FAR Part 12.

The North American Industry Classification System (NAICS) is 2213. The small business size standard is 1250. This is a total small business set aside; all responsible small business sources may submit proposals that will be considered. This synopsis/solicitation is issued pursuant to FAR 13.106-1(b), and the resultant purchase order will be awarded on a firm-fixed price basis using simplified acquisition procedures in accordance with FAR 13.

THE UNITED STATED COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUEST THE CONTRACTORS TO PROVIDE PRICING FOR THE FOLLOWING REQUIREMENT:

The contractor shall provide 52000QR250020482 USCGC VIGOROUS Turbid Sewage Pump Replacement

SCOPE

1.1 Intent. This work item describes the requirements for Contractor to supply CARVER MODEL SH 3 x 3 x 10.

1.2 Government-furnished property.

None.

2. REFERENCES

Coast Guard Drawings

None.

Coast Guard Publications

None .

Other References

None.

3. REQUIREMENTS

3.1 General.

3.1.1 CIR.

None.

3.1.2 Tech Rep.

Not applicable.

3.1.3 Protective measures.

Not Applicable.

3.1.4 Interferences.

Not Applicable

3.2 Fabrication and delivery.

3.2.1 The Contractor must provide:

Pump Vertical mounted on a 316 stainless steel baseplate

Sewage transfer pump unit

Cast Iron/stainless steel construction

Recessed vortex impeller

Clean out suction elbow

Capable of passing 2.75 solids

Double (Sil/car vs Tung/Car) mechanical seal assembly

Flush piping and fittings 316 stainless steel

Seal flush plan #12 with 40 micron filter

7.5 HP, 1200 RPM, 460 Volts, 3 Phase, 60 Cycles, 254 JM Frame, IEEE-4/841, Marine duty induction electric motor

3.2.2 The Contractor shall package CARVER MODEL SH 3 x 3 x 10 pump and accessories and ship within 34 weeks after contract is awarded to:

Att: MECPL EC/TCTO

US Coast Guard Main ST Tower

300 East Main ST STE 529

Norfolk VA 23510

(757)-628-4666.

NOTES

Point of contact for all questions shall be directed to:

William Mills CTR

SFLC MEC Product Line EC/TCTO Developer

300 East Main ST STE 529

Norfolk, VA 23510

(757)-628-4666

Email: William.o.mills2@uscg.mil

1. The contractor shall provide Services Prep, Prime, and Preserve interior bulkheads Services IAW attached Specifications and SOW. 1 JB

Interested Vendors shall provide product/service details, Product Data Sheet, and cost breakdown IAW SOW for technical review. Vendors shall provide a detailed cost breakdown to include all the specifications to be reviewed by a technical rep.

NOTE: The USCG/Government reserves the right to Award on an All or None Basis, i.e., the Government may issue a Purchase Order (PO) to the offeror that submits the lowest aggregate price, rather than issue a PO to each offeror based on the lowest quotation on each item.

As stated below, the provision at FAR 52.212-2- Evaluation-Commercial Items-applies with the following addenda:
Award of a contract will be based on the following criteria: The purchase order will be awarded as a firm-fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5.
1. Please provide any warranty information.
2. Vendors MUST be registered in www.sam.gov
The USCG/Government intends to award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conforms to the solicitation and is most advantageous and the best value to the Government, price and other factors considered.

Please Note: Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price quotation that will be considered by the agency. Quotations must be submitted on company letterhead stationery and must include the following information:

(1) Cost Breakdown

(2) Unit Cost

(3) Extended Price

(4) Total Price

(5) Payment Terms

(6) Discount offered for prompt payment

(7) Company Unique Entity ID (UEI) and Cage Code..

Quotes must be received no later than 04 AUGUST 2025 at 09 A.M. Eastern Standard Time. Email quotes are acceptable and shall be sent to TIMOTHY FORD- TIMOTHY.S.FORD@USCG.MIL.

Any questions or concerns regarding any aspect of the RFQ must be forwarded to TIMOTHY FORD at email address TIMOTHY.S.FORD@uscg.mil and Contracting Officer, JOSHUA MILLER via email JOSHUA.N.MILLER@uscg.mil

The following FAR Clauses and Provisions apply to this acquisition:

  • FAR 52.212-1 - Instructions to Offerors - Commercial Items (Sep 2023)
  • FAR 52.212-2 - Evaluation - Commercial Items (Nov 2021) Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, past performance and quality.
  • FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (May 2024) to include Alt I (Nov 2021). Offeror shall complete annual representations and certification electronically via the System for Award Management (SAM) website accessed through https://www.sam.gov.
  • FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Nov 2023) with the following addenda.
  • FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2025)
  • FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at https://acquisition.gov.
  • FAR 52.204-7 System for Award Management (Nov 2024). Contractors are located and identified in SAM by their UEI number. Contractors are located and identified in SAM by their UEI number. To facilitate payment via Electronic Funds Transfer - SAM, contractors shall be registered in SAM. A UEI number can be obtained via https://www.dnb.com and SAM registration can be obtained via https://www.sam.gov.

The following clauses, and others as directed by the Contracting Officer as applicable, shall apply to this awarded contract:

  • FAR 52.222-3 - Convict Labor (Jun 2003)
  • FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies (Jan2025) (E.O.13126).
  • FAR 52.222-35 - Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212).
  • FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793).
  • FAR 52.222-37 - Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212).
  • FAR 52.222-50 - Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627).
  • FAR 52.225-1 - Buy American Supplies (Oct 2022) (41 U.S.C. chapter 83).
    (51) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).FAR 52.232-33 - Payment by Electronic Funds Transfer - Systems for Award Management (Oct 2018)
  • FAR 52.233-3 - Protest After Award (Aug 1996)
  • FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004)

NOTE: In addition to the listed clauses, please review the attached FAR Clause Matrix for all clauses applicable to this requirement.

*The above/following clauses are incorporated by reference, entire clause(s) available at https://acquisition.gov.

NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS:

This solicitation contains FAR Clause 52.204-7, System for Award Management and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a), prospective contractors shall complete electronic annual representations and certifications via SAM accessed through https://www.sam.gov. Please ensure completion prior to submitting a quote. Paragraph (b) of FAR 52.204-8 applies.

System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. Additional examples include 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Products and Commercial Services, and 52.213-4, Terms and Conditions Simplified Acquisitions (Other Than Commercial Products and Commercial Services).

Background
The United States Coast Guard Surface Force Logistics Center is seeking contractors to provide pricing for the replacement of the Turbid Sewage Pump on the USCGC VIGOROUS. This procurement is part of the Coast Guard's mission to maintain operational readiness and ensure the safety and efficiency of its vessels. The contract aims to supply a specific model of pump that meets the operational requirements of the vessel.

Work Details
The contractor shall provide a CARVER MODEL SH – 3 x 3 x 10 sewage transfer pump unit, which must include:

- A vertical mounted pump on a 316 stainless steel baseplate, constructed from cast iron/stainless steel, featuring a recessed vortex impeller.
- Clean out suction elbow, and capable of passing 2.75” solids.
- A double mechanical seal assembly, flush piping and fittings made from 316 stainless steel.
- Seal flush plan #12 with a 40-micron filter.
- A marine duty induction electric motor rated at 7.5 HP, 1200 RPM, 460 Volts, 3 Phase, 60 Cycles, with a 254 JM Frame and IEEE-4/841 specifications.

Additionally, the contractor is responsible for packaging the pump and accessories for shipment within 34 weeks after contract award to the specified address in Norfolk, VA.

Period of Performance
The work will be performed within approximately 34 weeks after contract award.

Place of Performance
Norfolk, VA

Overview

Response Deadline
Aug. 4, 2025, 9:00 a.m. EDT Due in 2 Days
Posted
July 14, 2025, 2:48 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
Norfolk, VA 23510 United States
Source
SAM

Pricing
Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
Est. Value Range
$52,000 (value based on agency estimated range)
On 7/14/25 Surface Forces Logistics Center issued Synopsis Solicitation 52000QR250020482 for 52000QR250020482 USCGC VIGOROUS Turbid pump replace due 8/4/25. The opportunity was issued with a Small Business (SBA) set aside with NAICS 2213 and PSC J046.
Primary Contact
Name
Timothy ford   Profile
Phone
None

Secondary Contact

Name
joshua miller   Profile
Phone
(757) 628-4801

Additional Contacts in Documents

Title Name Email Phone
None William O. Mills Profile william.o.mills2@uscg.mil None

Documents

Posted documents for Synopsis Solicitation 52000QR250020482

Question & Answer

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 52000QR250020482

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 52000QR250020482

Additional Details

Source Agency Hierarchy
HOMELAND SECURITY, DEPARTMENT OF > US COAST GUARD > SFLC PROCUREMENT BRANCH 1(00080)
FPDS Organization Code
7008-70Z080
Source Organization Code
100181484
Last Updated
July 14, 2025
Last Updated By
joshua.n.miller@uscg.mil
Archive Date
Aug. 19, 2025