Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 01, 2026 SAM #8861
SPECIAL NOTICE

J -- USCGC WALNUT MARINE REDUCTION GEAR TROUBLESHOOT AND REPAIR

Notice Date
2/27/2026 1:36:38 PM
 
Notice Type
Special Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
 
ZIP Code
94501
 
Solicitation Number
70Z08526Q23409
 
Response Due
3/2/2026 8:00:00 AM
 
Archive Date
03/17/2026
 
Point of Contact
JASON GARRIS, Phone: 5716081592
 
E-Mail Address
JASON.A.GARRIS@USCG.MIL
(JASON.A.GARRIS@USCG.MIL)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
NOTICE OF INTENT TO SOLE SOURCE 70Z08526Q23409 The Department of Homeland Security (DHS), United States Coast Guard (USCG) Deputy Commandant for Systems Surface Contracting (DCS-SEA-C) on behalf of Surface Forces Logistics Center (SFLC), located at 1 Eagle Road Bldg 55, Alameda CA 94501 is issuing this Notice of Intent (NOI) to inform industry contractors of the Government�s intent to award a Sole Source Firm Fixed Price (FFP) Contract in accordance with Federal Acquisition Regulation (FAR) Part 12 and 13 procedures. The intended Contractor is TIMKEN GEARS & SERVICES INC. (also known as Philadelphia Gear), 100 ANCHOR MILL RD, NEW CASTLE, DE 19720 USA. USCG SFLC requires a qualified field service technician from Philadelphia Gear to provide expert technical assistance for troubleshooting a significant operational leak in the main reduction gear (Model NO: 96DHCMG-CP) aboard the CGC WALNUT (WLB-205). The technician will provide on-site oversight and quality assurance to Coast Guard personnel during the inspection, repair, and replacement of the High Speed Shaft Aft seals. This procurement is being conducted using commercial item procedures pursuant to Federal Acquisition Regulation (FAR) Part 12 and FAR Part 13, specifically FAR 13.106-1(b)(1), allowing the Contracting Officer (KO) to solicit from one source. The North American Industry Classification System (NAICS) for this requirement is 811310 - Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance. The Product or Service Code for this requirement is J020. This will not be a small business under the Small Business Administration (SBA) size standard for this sector. This notice of intent is neither a formal solicitation nor a request for competitive proposals. No solicitation document is available, and telephone requests will not be honored. No award will be made on the basis of unsolicited quotations or offers received in response to this notice. Any response to this notice must show clear, compelling, and convincing evidence that competition will be advantageous to the Government. The intent of this synopsis is for informational purposes only. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Government not to compete this action based on this notice is solely within the discretion of the Government. All inquiries and concerns must be addressed in writing via e-mail to Jason A. Garris at jason.a.garris@uscg.mil with the following information referenced in the subject line: Solicitation 70Z08526Q23409. A determination by the Government not to compete this proposed procurement based on the responses to this notice is solely within the discretion of the Government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. All interested parties who are responsible, certified, and capable may identify their interest and may submit an offer or quotation which shall be considered by the agency no later than 08:00 AM PST on Monday, March 2, 2026, to Jason A. Garris at jason.a.garris@uscg.mil. The interested parties bear full responsibility to ensure complete transmission and timely receipt.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/68a32c0d808248fdbb54b2f00034d34d/view)
 
Place of Performance
Address: Pensacola, FL, USA
Country: USA
 
Record
SN07729239-F 20260301/260227230037 (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!  © 1994-2026, Loren Data Corp.