ACCUMULATOR, POINT DAVIT

SOL #: 70z08026QAG019Combined Synopsis/Solicitation

Overview

Buyer

Homeland Security
Us Coast Guard
SFLC PROCUREMENT BRANCH 1(00080)
NORFOLK, VA, 23510, United States

Place of Performance

Place of performance not available

NAICS

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (811310)

PSC

Miscellaneous Power Transmission Equipment (3040)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 30, 2026
2
Submission Deadline
Feb 4, 2026, 2:00 PM

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 United States Coast Guard (USCG) Surface Forces Logistics Center (SFLC) is soliciting quotes for the overhaul of nine hydraulic accumulators (NSN: 3040 99 355 4929). This is a combined synopsis/solicitation (RFQ 70Z08025QAG019) issued as a Total Small Business Set-Aside. The objective is to restore these critical components to a "like new" condition for the USCG Medium Endurance Product Line. Quotes are due by February 4, 2026, at 9 AM EDT.

Scope of Work

The contractor will be responsible for opening, inspecting, reporting, and potentially overhauling nine specific hydraulic accumulators (OEM: WELIN LAMBIE, PN: 885-02012). The overhaul includes:

  • Inspection and replacement of the internal bladder (bladder kits provided by USCG).
  • Removal and replacement of label plates with new metallic plates.
  • Paint removal and application of Polysiloxane paint (Color "SPAR" 10371) per SFLC Standard Specification 6310.
  • Rigorous operational and pressure testing (3000 PSI for 10 minutes with <1% loss), witnessed by a USCG Quality Assurance Representative (QAR).
  • Submission of detailed estimates, test results, and calibration records.
  • Final assembly, draining, capping of port openings, foam wrapping, and individual packaging in fully enclosed wooden containers with specific markings (NSN, Item Name, Part Number, "Coast Guard SFLC Material, Condition A"). Only new Original Equipment Manufacturer (OEM) parts are acceptable, and substitute parts are not permitted. The USCG cannot provide drawings or specifications.

Contract Details

  • Opportunity Type: Combined Synopsis/Solicitation (RFQ 70Z08025QAG019)
  • Anticipated Award: Competitive Firm Fixed-Price Purchase Order
  • Set-Aside: Total Small Business
  • NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance)
  • Delivery: F.O.B. Destination to USCG SFLC, Baltimore, MD, required by March 15, 2026.
  • Payment: Electronic submission via the Invoice Processing Platform (IPP).
  • Warranty: Required for 90 days after installation and up to two years after delivery.

Submission & Evaluation

  • Questions Due: February 2, 2026.
  • Quotes Due: February 4, 2026, 9 AM EDT.
  • Submission Method: Email quotes to Nina.m.crosby@uscg.mil.
  • Evaluation: Award will be made to the lowest-priced, technically acceptable offeror. Quotes must be "all-or-nothing" for the entire requirement.
  • Mandatory Requirements: Offerors must be registered in SAM.gov and will undergo FAPIIS review. A completed FAR 52.212-3 (Offeror Representations and Certifications) must be included if not current in SAM.gov.

Additional Notes

Packaging must adhere to the overhaul description and ASTM D-3951. MIL-STD 2073 is provided as an informational guide for DoD packaging standards.

People

Points of Contact

Files

Files

Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Jan 30, 2026
ACCUMULATOR, POINT DAVIT | GovScope