Skip to content
Department of Homeland Security

Seal Assembly, Rudder Stock

Solicitation: 70Z08026QRO106
Notice ID: f3bb5ad4ef8e436595d044aad8b09a03

Combined Synopsis Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: VA. Response deadline: Apr 02, 2026. Industry: NAICS 339991 • PSC 5330.

Market snapshot

Awarded-market signal for NAICS 339991 (last 12 months), benchmarked to sector 33.

12-month awarded value
$111,378,736
Sector total $52,476,474,892 • Share 0.2%
Live
Median
$350,000
P10–P90
$82,614$350,000
Volatility
Volatile76%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.2%
share
Momentum (last 3 vs prior 3 buckets)
+179%($52,637,424)
Deal sizing
$350,000 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for VA
Live POP
Place of performance
Not listed
State: VA
Contracting office
Norfolk, VA • 23510 USA

Applicable Wage Determinations

SAM WDOL references matched to this opportunity's location and scope language.

WD Directory →
Best fit for this contractDavis-Bacon
VA20260001 (Rev 1)
Match signal: state matchOpen WD
Published Jan 30, 2026Virginia • Accomack, Albemarle, Alleghany +89
Rate
and over: Tug Boats) CLASS A1
Base $48.48Fringe $15.34
Rate
b CLASS A2
Base $43.20Fringe $14.99
+43 more occupation rates available in the full WD.
View more for this contract
3 more WD matches and 43 more rate previews.
Davis-BaconBest fitstate match
VA20260001 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • Accomack, Albemarle, Alleghany +89
Rate
and over: Tug Boats) CLASS A1
Base $48.48Fringe $15.34
Rate
b CLASS A2
Base $43.20Fringe $14.99
Rate
b CLASS B1
Base $41.93Fringe $14.90
+42 more occupation rates in this WD
Davis-Baconstate match
VA20260156 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • Isle of Wight
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
BOILERMAKER
Base $38.97Fringe $27.39
Rate
BRICKLAYER
Base $22.44Fringe $10.23
+29 more occupation rates in this WD
Davis-Baconstate match
VA20260176 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • Gloucester, Mathews
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
BOILERMAKER
Base $38.97Fringe $27.39
Rate
BRICKLAYER
Base $22.44Fringe $10.23
+29 more occupation rates in this WD
Davis-Baconstate match
VA20260010 (Rev 1)
Open WD
Published Jan 30, 2026Virginia • Brunswick, Charlotte, Cumberland +7
Rate
ASBESTOS WORKER/HEAT & FROST INSULATOR - MECHANICAL (Duct, Pipe & Mechanical System Insulation)
Base $40.77Fringe $20.17
Rate
ELECTRICIAN
Base $37.95Fringe $25.95
Rate
POWER EQUIPMENT OPERATOR Bulldozer
Base $38.79Fringe $18.05
+8 more occupation rates in this WD

Point of Contact

Name
DONNA SCANDALIATO
Email
DONNA.M.SCANDALIATO@USCG.MIL
Phone
4107626259

Agency & Office

Department
HOMELAND SECURITY, DEPARTMENT OF
Agency
US COAST GUARD
Subagency
SFLC PROCUREMENT BRANCH 1(00080)
Office
Not available
Contracting Office Address
Norfolk, VA
23510 USA

More in NAICS 339991

Description

The United States Coast Guard Surface Forces Logistics Center has a requirement and requesting quotations for the following parts:

Item 1)

NSN: 5330-01-565-9776

SEAL ASSEMBLY, RUDDER STOCK

SEAL ASSEMBLY, SIZE: 114.30 EL. END USE: 87 RUDDERS PORT OR STBD.

EACH ASSEMBY SHALL BE INDIVIDUALLY PRESERVED AND PACKAGED AS APPROPRIATE IN ACCORDANCE WITH MIL-STD-2073-1E METHOD 10 IN AN APPROPRIATELY SIZED ASTM-D6251 TYPE III, CLASS 1 WOOD-CLEATED PANEL-BOARD SHIPPING BOX, ASTM-D6880 CLASS 2 HEAVY DUTY SCREWED WOODEN BOX OR ASTM-D5118 HEAVY DUTY DOUBLE-WALL FIBERBOARD BOX AS APPROPRIATE CUSHIONED AND/OR SECURED TO PREVENT DAMAGE FROM MOVEMENT OR EXTERNAL

IMPACTS. ANY CRATES OR BOXES WEIGHING OVER 50 LBS SHALL BE SKID MOUNTED OR SECURED TO AN APPROPRIATELY SIZED PALLET TO FACILITATE FORKLIFT USE.

MARKING IAW MIL-STD-129R EXCEPT BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY.

ALL MARKINGS SHALL BE PLACED SO VISIBLE BY FORKLIFT OPERATOR, IF APPLICABLE. ALL ITEMS ARE INSPECTED WHEN DELIVERED TO THE COAST GUARD WAREHOUSE. FAILURE TO MEET THE REQUIREMENTS FOR PACKAGING, PACKING, MARKING (PP&M) AND BAR-CODING WILL

RESULT IN THE ITEM(S) BEING REJECTED AND POSSIBLY RETURNED TO THE VENDOR. THIS WILL DELAY PAYMENT. ANY QUESTIONS CONCERNING THE PP&M REQUIREMENTS OR BAR-CODING SHOULD

BE ADDRESSED WITH THE CONTRACTING OFFICER PRIOR TO CONTRACT AWARD.

MFG:  DEFENSE MARITIME SOLUTIONS, INC.     

PN:     H75492-01

QTY:   50 EACH

*****STANDARD COMMERCIAL PACKAGING IS UNACCEPTABLE, IF YOU CANNOT MEET THE COAST GUARDS PACKAGING REQUIREMENTS YOUR QUOTE WILL NOT BE ACCEPTED. *****

Brand Name part is mandatory to be considered for award, offers of “equal” products must meet the salient physical, functional, or performance characteristic specified in this solicitation and USCG will determine if alternate part is acceptable.

This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2026-01 (Mar 13, 2026) and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested, and a written solicitation will not be issued. The NAICS code for this solicitation is 333991 and the business size standard is 600. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.106 apply. 

The U.S. Coast Guard intends to award on an all or none basis to a responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government.  Award will be lowest price technically acceptable.  The Coast Guard intends to award a Firm Fixed Price Contract.
 

All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with SYSTEMS FOR AWARD MANAGEMENT (www.sam.gov) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is April 2, 2026, at 10:00 am Eastern Standard Time


OFFERORS MUST SUBMIT THE FOLLOWING INFORMATION ON THEIR QUOTE:

Disclosure: The offeror under this solicitation represents that [Check one]:
__ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73;
__ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or
__it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submit a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal

__HSAR 3052.209-70 Prohibition on contracts with corporate expatriates (June 2006)

(End of provision)

The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (Sep 2023); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2025) with Alternate I, Offeror(s) must include a completed copy of FAR 52.212-3 with their quote.

The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.acquisition.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2023); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Mar 2026).

The following clauses listed within FAR:

52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)

52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553)

52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)

The following clauses listed within 52.212-5 are applicable:

FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Jun 2020, with Alternate I (Nov 2021)

FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Mar 2020)

52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (June 2020)

52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (June 2020) (31 U.S.C. 6101 note).

FAR 52.219-28, Post Award Small Business Program representation (Feb 2024)(15 U.S.C. 632(a)(2)

FAR 52.222-3, Convict Labor (Jun 2003) (E.O. 11755)

FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2024) (E.O. 13126)

FAR 52.222-21, Prohibition of Segregated Facilities (April 2015)

FAR 52.222-50, Combat Trafficking in Persons (Oct 2025) (22 U.S.C. chapter 78 and E.O. 13627)

FAR 52.225-1 Buy American Act-Supplies (Oct 2022)

FAR 52.225-3, Buy American Act-Free Trade Agreement (Nov 2023) (41 U.S.C. 10a-10d)

FAR 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021)

52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332).

The following items are incorporated as addenda to this solicitation: Copies of HSAR clauses may be obtained electronically at www.dhs.gov.

CGAP 3042.302-90 Valuation Requirements for the Acquisition of Spare Parts Purchased for Inventory Control Points from HQ Contracts (OCT 2008). Copies of CGAP clauses may be obtained electronically at: www.uscg.mil/acquisition/procurement/pdf/CIM_4200_19H.pdf

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.