BLOCK, TACKLE, FOR DRUM POWER
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 BLOCK, TACKLE, FOR DRUM POWER and related repair parts under a Total Small Business Set-Aside (FAR 19.5). This is a combined synopsis/solicitation for commercial items, intending to award a Firm Fixed Price Purchase Order. A critical requirement is that vendors must be an authorized distributor of SMITH BERGER MARINE INC or provide written documentation from them, as the government believes only they can provide the required technical data and genuine OEM parts. Quotes are due by March 15, 2026, at 5:00 PM EST.
Scope of Work
This opportunity requires the provision of specific repair parts:
- BLOCK, TACKLE, FOR DRUM POWER (NSN 3940 01-526-5592, MODEL #420): Qty 2
- SEAL, PLAIN ENCASED (NSN 5330 01-287-2826, PART 840503): Qty 4
- BEARING CUP, SHEAVE (NSN 3110 01-644-9670, PART 851547): Qty 2
- LIC FSE 4.5" FACE CHANGE KIT, US74537-02 USCG: Qty 1
No substitutions are authorized without prior approval from USCG SFLC Technical Experts. The BLOCK, TACKLE is for use onboard 225 B Class Cutters.
Contract Details
- Contract Type: Firm Fixed Price Purchase Order
- Payment Terms: NET 30
- Set-Aside: Total Small Business (FAR 19.5)
- Product Service Code: J020 - Maintenance, Repair And Rebuilding Of Equipment: Ship And Marine Equipment
- Department/Agency: Department of Homeland Security / US Coast Guard
Eligibility & Requirements
- Vendors must have an active registration in SAM.Gov prior to award.
- Mandatory authorization or documentation from SMITH BERGER MARINE INC is required.
- Offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with their quote.
- Detailed preservation, packaging, and marking are required per MIL-STD-129R, ISO/IEC-16388, and MIL-STD-2073-1E. Packaging specifications apply to orders over $5,000.00.
Submission & Evaluation
- All responsible sources may submit a quotation.
- Total cost must include delivery and any freight charges to zip code 21226.
- Shipping terms are FOB DESTINATION REQUIRED to USCG CENTER, 2401 HAWKINS POINT ROAD, RECEIVING ROOM- BUILDING 88, BALTIMORE, MD 21226.
- Invoicing is required through https://www.ipp.gov, with a copy sent to Luke.F.Maupin@uscg.mil.
Key Dates
- Published Date: March 4, 2026
- Response Due Date: March 15, 2026, at 5:00 PM EST
Contact Information
- Primary: Luke Maupin (luke.f.maupin@uscg.mil)
- Secondary: Chad Ball (chad.a.ball@uscg.mil, 571-607-2534)