52000QR250030516 USCGC TAHOMA Port Rudder Post Deflection, DIVEOPS ISO Lower PORT Rudder Bearing Measurement
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 52000QR250030516. This procurement will be processed in accordance with FAR Part 12.
The North American Industry Classification System (NAICS) is 333661. 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 ) to disassemble and inspect the port rudder upper carrier bearing and take feeler gauge readings of the port and stbd rudder lower bearings while the vessel is waterborne.
Statement of Work: Rudder Bearings, Inspect
1. SCOPE
1.1 Intent. This work item describes the requirements for the Coast Guard Yard (referred to as the Contractor herein) to disassemble and inspect the port rudder upper carrier bearing and take feeler gauge readings of the port and stbd rudder lower bearings while the vessel is waterborne.
1.2 Government-furnished property.
None
2. REFERENCES
Coast Guard Drawings
Coast Guard Drawing 901 WMEC 562-005, Rev K, A & B Class Rudder Stock and Steering Gear A & D
Coast Guard Drawing 905 WMEC 562-003, Rev B, GA of 11.10 Type ES Rudderstock Seal for WMEC Coast Guard 270' BEAR Class Cutters
Coast Guard Publications
Coast Guard Technical Publication (TP) 2835, Oct 1992, Rudderstock Seal Assembly Type ES US-72047
Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2022, General Requirements
Other References
None.
3. REQUIREMENTS
3.1 General.
3.1.1 CIR.
None.
3.1.2 Tech Rep.
None.
3.1.3 Protective measures. The Contractor must furnish and install all protective measures in accordance with SFLC Std Spec 0000, (Vessel component, space, and equipment protection).
3.1.4 Interferences. The Contractor must handle all interferences in accordance with SFLC Std Spec 0000, (Interferences). Known interferences include, but are not limited to the following:
- Rudder tiller
- Steering gear ram and rudder angle indicators
- Bearing retainer (lower bearing)
- Bearing grease
- Grease tubing
3.2 Port rudder upper carrier bearing measurements. The Contractor must disassemble and obtain measurements of the various carrier bearing components to determine source of excessive axial play in the port rudder using Coast Guard Drawing 901 WMEC 562-005 as guidance. Submit a CFR.
Caution
Ship's Force is responsible for ensuring that the vessel is trimmed such that the rudder seal is above the waterline.
3.2.1 Ensure that the rudder assembly is secured from the overhead to prevent any movement when the upper carrier bearing assembly, especially the carrier ring is disassembled. A chainfall is recommended so that the carrier ring can be unloaded for disassembly, and thrust readings can be taken for the carrier bearing.
3.2.2 Loosen the drive clamp ring of the rudder seal to release the preload on the rudder seal.
3.2.3 Disassemble and remove the upper bearing upper packing gland. Reassemble and reinstall upon completion of inspections and any corrective actions authorized.
Figure 1 Rudder upper carrier bearing components
3.2.4 Prior to disassembly, inspect and note if there is a gap between the bearing retainer flange and the bearing housing. Disassemble and remove the bearing retainer, pc 31 in Figure 1. Measure and report the depth of the bearing retainer spigot (.500 +/- .010 dimension in Figure 1) to the nearest .001 .
3.2.5 Ensure bearing is fully seated in the housing and measure and report the depth from the top edge of the housing down to the bearing outer race, to the nearest .001 (should be between .485 and .505 ). Do not include the gasket in the measurement. Note in the CFR the difference between the spigot depth and the bearing housing depth (negative value if it is in compression and positive value if there is a gap), and the thickness of the installed gasket.
Caution
Ensure rudder assembly is secured from the overhead prior to removing the carrier ring.
3.2.6 Disassemble and remove the carrier ring, pc 24 in Figure 1. Measure and report the thickness (2.000 +.000 - .001 ) of the carrier ring, to the nearest .001 .
3.2.7 Measure the width of the carrier ring groove in the rudder stock (2.000 +.002 -.000 ) to the nearest .001
3.2.8 Measure from the bottom of the carrier ring groove in the rudder stock to the top of the bearing inner race, to the nearest .001 (should be between .009 - .012 ).
3.2.9 Reinstall carrier ring and install one half of the bearing retainer to secure the bearing from lifting. Using chain fall to lift and lower the rudder assembly, measure the axial play between the inner bearing race and the outer bearing race (.027 - .042 ).
3.2.10 Reassemble the upper carrier bearing assembly. Recompress the rudder seal body and tighten the drive clamp in accordance with TP 2835 and Coast Guard Drawing 905 WMEC 562-003.
Figure 2 Rudder lower Bearing
3.3 Port and stbd lower bearing feeler gauge readings. For both the port and stbd rudders, the Contractor must have divers take feeler gauge readings of the clearance between the rudder stock and the Thordon bearing, pc 21 in Figure 2, at the lower end of the bearing, in four locations (fwd, aft, port and stbd). Ensure that the readings are between the rudder stock and the bearing pc 21, and not between the rudder stock and the retainer pc 97. Remove the retainer, pc 97, if required. Submit a CFR. Note in the CFR how deep the feeler gauges were inserted.
4. NOTES
This section is not applicable to this work item.
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 in conjunction with attached statement of work 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 22, September 2025 at 09 A.M. Eastern Standard Time. Email quotes are acceptable and shall be sent to Timothy Ford at email address Timothy.S.Ford@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).