CGC Hamilton Vulkan Gear Parts
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 (USCG) Surface Forces Logistics Center (SFLC) is soliciting proposals for Vulkan brand name gear parts for the Emergency Diesel Generator on the CGC HAMILTON. This is a Total Small Business Set-Aside for a firm-fixed-price contract. Offers are due by May 1, 2026, at 3:00 PM ET.
Scope of Work
The requirement is for specific Vulkan brand name bearing parts for the CGC HAMILTON's Emergency Diesel Generator. This includes:
- 4 EA of 4X40209448-ABS/ VL 40 HUB 4140 335 X 127.117 X 160
- 4 EA of HSD-165-22X160/ HSD SHRINK DISK S22 290 X 160 X 56 All parts must be Original Equipment Manufacturer (OEM); aftermarket, refurbished, or equivalent items are not acceptable. Delivery is required to the CGC HAMILTON in North Charleston, SC.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation
- Contract Type: Firm-Fixed-Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 333613 - Mechanical Power Transmission Equipment Manufacturing (Size Standard: 750 employees)
- PSC: 3010 - Torque Converters And Speed Changers
- Required Delivery: No Later Than (NLT) 20 weeks After Receipt of Order (ARO)
- Offers Due: May 1, 2026, 3:00 PM ET
- Published Date: April 21, 2026
Evaluation Factors
Award will be made to the responsible offeror providing the best value, considering price and non-price factors. Non-price factors include:
- Technical Acceptability: Demonstrated ability to provide required supplies, understanding of supplies, and reliable sourcing/delivery. Offerors should submit descriptive information (product descriptions, specifications, part numbers) to prove technical acceptability.
- Past Performance: Evaluated using CPARS, other Government records, and offeror-provided information. Absence of relevant past performance will not be evaluated favorably or unfavorably.
- Subcontractors: Offerors must identify proposed subcontractors for major/critical aspects, providing their name, address, UEI, and relevant experience/past performance.
Submission Requirements
- Format: Offers must be submitted electronically via email to the identified points of contact. No specific quotation format is prescribed, but submissions must be clear, complete, and allow for effective evaluation.
- Pricing: Offers must be firm-fixed-price, all-inclusive (manufacturing, packaging, transportation, duties, etc.). Conditional pricing or price escalation language is not acceptable.
- Discussions: The Government intends to make an award without discussions; therefore, offerors should submit their best offer initially.
- Questions: All questions must be submitted via email to the points of contact. Telephone inquiries will not be accepted.
Key Provisions and Clauses
The solicitation incorporates various Federal Acquisition Regulation (FAR) provisions and clauses by reference, including those related to SAM registration, CAGE code reporting, small business programs, Buy American Act, FASCSA, equal opportunity, combating trafficking in persons, environmental considerations, payment terms, and protest procedures. Full text is available at acquisition.gov.