CANVAS DOOR
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 seeking quotes for CANVAS DOORS under a Combined Synopsis/Solicitation (RFQ). This requirement is a Total Small Business Set-Aside. The agency intends to award a Firm Fixed Price Purchase Order based on a Best Value evaluation. Quotes are due by May 18, 2026, at 4:00 PM ET.
Scope of Work
The opportunity requires the provision of 8 EA CANVAS DOORS, specifically "FRONT, PORT SIDE DOOR/PANEL." These items must be individually packaged in accordance with MIL-STD-2073-1E Method 10, including cushioning, dunnage, blocking, and bracing to protect the items and restrict movement. Each packaged canvas must be marked per MIL-STD-129R and barcoded per ISO/IEC-16388-2007, Code 39 Symbology. The manufacturer is GRAVOIS ALUMINUM BOATS, LLC, with NSN 2090 01-649-7499 and CAGE Code/Part Number 11006A1. Proposed substitutions require a specification sheet for evaluation.
Delivery & Logistics
All deliveries are required by February 6, 2026, and must be FOB DESTINATION. The total cost must include delivery and any freight charges. Material is to be shipped to the U.S. Coast Guard Surface Forces Logistics Center, 2401 Hawkins Point Road, Receiving Room- BLDG 88, Baltimore, MD, 21226. Shipments must include an itemized packaging list citing the Purchase Order Number, and material must be packaged for protection during shipment and warehouse storage. Deliveries are accepted Monday through Friday, 7:00 AM to 1:00 PM.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (RFQ)
- Anticipated Award: Firm Fixed Price Purchase Order
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Due: May 18, 2026, 4:00 PM ET
- Published: May 4, 2026
- Delivery Required By: February 6, 2026
Evaluation & Submission
Award will be based on Best Value, considering the ability to provide the complete requirement, meet the required timeframe, and price. Vendors must have an active SAM.gov registration or proof of submission. Invoicing will be processed through IPP (https://www.ipp.gov), with payments made NET 30.
Key FAR Clauses
The solicitation incorporates various FAR clauses, including those related to: Telecommunications and Video Surveillance Services/Equipment (52.204-24, 52.204-26, 52.204-23, 52.204-25), Commercial Products and Services (52.212-1, 52.212-3, 52.212-5), and Prompt Payment (52.232-25). Other relevant clauses from the attached "FAR CLAUSES.pdf" include 52.204-19, 52.204-29, 52.222-50, 52.225-25, and 52.240-1.