52000QR260024183- CGC Escanaba 28VDC Rectifier
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Coast Guard Surface Force Logistics Center (SFLC) is soliciting quotes for a 28VDC Rectifier (Electronic Module, NSN: 5963-20-001-7060) for the USCGC ESCANABA. This is a Total Small Business Set-Aside opportunity, issued as Request for Quote (RFQ) Number 52000QR260024183. Quotes are due by April 20, 2026, at 4:00 PM EST.
Purpose & Scope
The objective is to procure one (1) new, approved Electronic Module, Standardized (NSN: 5963-20-001-7060, PN: 137-03, CAGE Code: 38370) to restore the helicopter start system on the USCGC ESCANABA, ensuring the 28VDC rectifier is safe and fully operational for law enforcement and search and rescue missions. All parts must be new, and no substitutions are authorized. Delivery is required 6-8 months from the purchase date (between September 3, 2026, and December 3, 2026) to the CGC ESCANABA in Portsmouth, VA.
Contract Details
This is a combined synopsis/solicitation for commercial items, processed under FAR Subpart 12.6 and FAR Part 12, utilizing simplified acquisition procedures in accordance with FAR Part 13. The resultant purchase order will be awarded on a Firm-Fixed Price basis. The North American Industry Classification System (NAICS) code is 336611, with a small business size standard of 1300 employees. The procurement is a Total Small Business Set-Aside. The Government reserves the right to award on an "All or None Basis," meaning a single purchase order may be issued to the offeror with the lowest aggregate price.
Submission Requirements
Interested vendors must provide:
- Product/service details and a Product Data Sheet.
- A detailed cost breakdown in accordance with the Statement of Work (SOW).
- Any warranty information.
- Quotes must be on company letterhead and include: Cost Breakdown, Unit Cost, Extended Price, Total Price, Payment Terms, Discount offered for prompt payment, and Company Unique Entity ID (UEI) and Cage Code.
- Vendors MUST be registered in www.sam.gov, with completed annual representations and certifications.
Evaluation Criteria
Award will be made to the responsible contractor whose quote conforms to the solicitation and is most advantageous and the best value to the Government, considering specification, price, past performance, and quality. Technical acceptability will be evaluated based on the offeror's ability to provide new manufactured commercial items.
Key Dates & Contacts
- Quotes Due: April 20, 2026, at 4:00 PM Eastern Standard Time.
- Submission & Questions: Email quotes and any inquiries to Mr. Cornelius Claiborne at Cornelius.N.Claiborne@uscg.mil, with a carbon copy to Contracting Officer SKC Karla Balint at karla.p.balint@uscg.mil.
- COR (for SOW details): LT Wade Giarratano, wade.i.giarratano@uscg.mil, (757) 483-8431.
Additional Notes
The solicitation incorporates various FAR clauses, including 52.212-1, 52.212-2, 52.212-3, 52.212-4, 52.212-5, and 52.204-7. A "Smart Matrix Table" (4183 FAR CLAUSES.pdf) provides a comprehensive list of applicable FAR clauses and provisions, which bidders should review for compliance. Contractor personnel requiring base access must possess a valid REAL ID-compliant driver's license or acceptable alternative identification.