ACTUATOR

SOL #: 70Z08526Q40140B00Solicitation

Overview

Buyer

Homeland Security
Us Coast Guard
SFLC PROCUREMENT BRANCH 2(00085)
ALAMEDA, CA, 94501, United States

Place of Performance

Curtis Bay, MD

NAICS

Other Engine Equipment Manufacturing (333618)

PSC

Engine Fuel System Components, Nonaircraft (2910)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
May 5, 2026
2
Submission Deadline
May 20, 2026, 5:00 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 U.S. Coast Guard (Department of Homeland Security) is soliciting quotes for electro-mechanical rotary actuators (NSN: 2910-12-371-1931, PN: STG 2040 DP) under a Total Small Business Set-Aside. This opportunity seeks 11 actuators for Isotta Fraschini engines on WLR-75 and WLIC-75 Class Cutters. The agency intends to award a Firm Fixed Price Purchase Order. Quotes are due by May 20, 2026, at 5:00 PM UTC.

Scope of Work

This solicitation is for the acquisition of 11 electro-mechanical rotary actuators, specifically Manufacturer Part Number FINCANTIERI MARINE NORTH AMERICA PART NUMBER 1S346301. These actuators are governor components for Isotta Fraschini engines used on WLR-75 and WLIC-75 Class Cutters. Each actuator must include specific gaskets (P/N 1Q347836, 1P347777, 1P347778). No substitutions are authorized without approval from USCG SFLC Technical Experts.

Contract Details

  • Contract Type: Firm Fixed Price Purchase Order
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Payment Terms: NET 30, in accordance with FAR 52.232-25 Prompt Payment.
  • Delivery: FOB DESTINATION REQUIRED to USCG CENTER, 2401 HAWKINS POINT ROAD, RECEIVING ROOM- BUILDING 88, BALTIMORE, MD 21226. Delivery hours are Monday through Friday, 8 am to 3 pm.
  • Packaging: Items must be individually packaged per MIL-STD-2073-I Method 10, cushioned, and packed in an ASTM-D5118 double-wall fiberboard box. Marking must comply with MIL-STD-129R and barcoding with ISO/IEC-16388-2007 (Code 39).

Submission & Evaluation

  • Response Due: May 20, 2026, at 5:00 PM UTC.
  • Registration: Vendors must have an active registration in SAM.Gov prior to award.
  • Pricing: Total cost must include delivery and any freight charges to zip code 21226.
  • Invoicing: Electronic invoicing is required via https://www.ipp.gov. Invoices should be submitted as Non-PO in IPP, with shipping costs as a separate line item. A copy of the invoice should also be sent to Christopher.A.Huertas-Rolon@uscg.mil.
  • Required Documents: Offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, with their quote. Numerous FAR clauses, including 52.212-1 and 52.212-5, are incorporated by reference.

Contact Information

People

Points of Contact

CHRISTOPHER HUERTAS-ROLONPRIMARY
Daniel J. NievesSECONDARY

Files

Files

Download
Download

Versions

Version 1Viewing
Solicitation
Posted: May 5, 2026
ACTUATOR | GovScope