CAM, CONTROL
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 United States Coast Guard Surface Forces Logistics Center (USCG SFLC) has an emergent requirement for CAM, CONTROL (NSN: 3040-01-434-4434, PN: HH0405) manufactured by FEDERAL EQUIPMENT CO. This is a combined synopsis/solicitation for commercial items, seeking quotations for 10 units. Crucially, items must be individually packaged and marked with the NSN; standard commercial packaging is unacceptable. The award will be a Firm Fixed Price contract based on the Lowest Price Technically Acceptable (LPTA) offer. Quotations are due by February 24, 2026, at 10:00 am Eastern Standard Time.
Scope of Work
The requirement is for the supply of 10 units of CAM, CONTROL (CAM AND BOLT ASSY FOR HELO HANGER SYSTEM), NSN: 3040-01-434-4434, Part Number: HH0405, from Manufacturer: FEDERAL EQUIPMENT CO. The items are to be shipped to USCG SFLC, Baltimore, MD. A strict packaging requirement mandates that each item must be individually packaged and marked with the NSN; offers failing to meet this will not be accepted.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (FAR Subpart 12.6)
- NAICS Code: 333998 (Miscellaneous Power Transmission Equipment)
- Size Standard: 700 employees
- Contract Type: Firm Fixed Price
- Award Basis: All or none, Lowest Price Technically Acceptable (LPTA)
- Set-Aside: None specified
- Procedures: Simplified Acquisition Procedures (FAR 13.106)
Submission Requirements & Evaluation
Offerors must have valid DUNS numbers and be registered with SAM (www.sam.gov), providing their Tax Information Number (TIN) with their offer. Required submissions include a disclosure regarding inverted domestic corporations and compliance with HSAR 3052.209-70. Offerors must also submit a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items. The evaluation will be based on the lowest price technically acceptable offer.
Key Clauses & Provisions
This solicitation incorporates various FAR clauses, including 52.212-1 (Instructions to Offerors), 52.212-4 (Contract Terms and Conditions), and 52.212-5 (Contract Terms & Conditions Required to Implement Statutes or Executive Orders). Specific clauses cover areas such as Buy American Act, restrictions on foreign purchases, small business program representations (e.g., HUBZone, Post Award Small Business Program), and electronic funds transfer. CGAP 3042.302-90 (Valuation Requirements) is also incorporated as an addendum.
Deadlines & Contact
- Quotations Due: February 24, 2026, 10:00 am Eastern Standard Time
- Published Date: February 19, 2026
- Primary Contact: DONNA SCANDALIATO, DONNA.M.SCANDALIATO@USCG.MIL, 410-762-6259