Blast Pot and Compressors with Dryers for 154' Paul Clark
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 Forces Logistics Center (SFLC) is soliciting quotes for the rental of two 1800 CFM Air Compressors with Dryers and two 8-Ton Blast Pots. This Firm Fixed Price Purchase Order is a Total Small Business Set-Aside and is required for blasting exterior surfaces of a 154-foot FRC Vessel at the USCG Yard in Baltimore, MD. Quotes are due by May 1, 2026, at 10:00 AM Eastern.
Scope of Work
The requirement is for the rental of specific equipment for blasting operations within an enclosed tent.
- Equipment: Two (2) 1800 CFM diesel-powered air compressors with driers, after coolers, filter packages, Chicago fittings, three 3-inch by 50-foot air hoses, and three bull hose spud connectors. Compressors must be manufactured within 5 years and include an inspection report. Two (2) 160 cu. ft. blast pots with 8-ton media capacity, 150 psi rating, cone bottom, four Thompson Valve II metering valves, and electric remote controls. Blast pots must be skid or highway trailer mounted and manufactured within 5 years.
- Options: Weekly extension options for both air compressors and blast pots.
- Contractor Responsibilities: Maintenance and repairs during the rental period, with a mechanic available 7 days a week (within 8 hours notice) and replacement units provided within 48 hours if repairs are not feasible (24 hours for non-functioning equipment).
- Delivery: To Bldg 80 (paint shop) at USCG Yard, Baltimore, MD, between 7:00 AM and 9:00 AM.
- Personnel Access: Requires coordination with Yard POC, visitor passes, security clearance, and a list of personnel 24 hours in advance. Specific ID types are authorized. Hard hats must be marked with employee and company names.
Period & Place of Performance
- Location: USCG Yard, 2401 Hawkins Point Rd, Baltimore, MD 21226.
- Schedule: Equipment needed for 3 consecutive weeks between June 10, 2026, and July 6, 2026. The final performance period will be determined by the Yard POC.
Contract & Timeline
- Solicitation Number: 70Z04026Q60402 (RFQ).
- Contract Type: Firm Fixed Price Purchase Order.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Response Due: May 1, 2026, at 10:00 AM Eastern.
- Published Date: April 16, 2026.
- Payment: Net 30, processed through IPP (https://www.ipp.gov). No down or advanced payments. Vendor assumes financial responsibility until acceptance by USCG. Invoices for SFLC Baltimore are submitted as Non PO in IPP.
Evaluation & Award
Award will be made on a Best Value basis, considering who meets all technical requirements, deadlines, and price. Past performance will be reviewed for "responsibility" per FAR 9.1.
Submission Instructions
Quotes must be emailed to SK2 Kenneth Palmer at kenneth.t.palmer@uscg.mil. The email subject line must include "70Z04026Q60402". Required vendor information includes Entity Name, Unique Entity ID, Address, POC, Phone Number, and POC Email Address. If a site visit is required, contact Jann Blevins at jann.a.blevins@uscg.mil to schedule.
Additional Notes
A Wage Determination (No. 2015-4265, Revision No. 32) for the Baltimore area is applicable, outlining minimum hourly wage rates and fringe benefits under the Service Contract Act (SCA). This includes details on Executive Orders 13706 (Paid Sick Leave) and 13658 (minimum wage).