CGC HAWK Reverse Osmosis unit

SOL #: 52000QR260001987Combined Synopsis/Solicitation

Overview

Buyer

Homeland Security
Us Coast Guard
SFLC PROCUREMENT BRANCH 1(00080)
NORFOLK, VA, 23510, United States

Place of Performance

Galveston, TX

NAICS

Ship Building and Repairing (336611)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Ship And Marine Equipment (J020)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 28, 2026
2
Last Updated
Feb 3, 2026
3
Submission Deadline
Feb 7, 2026, 2:00 AM

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 Force Logistics Center (SFLC) is soliciting Firm Fixed-Price quotes for a new Reverse Osmosis (RO) unit for the USCGC HAWK (WPB-87355), stationed in Galveston, TX. This opportunity is a Total Small Business Set-Aside and is issued as a combined synopsis/solicitation (Request for Quote Number 52000QR260001987). Quotes are due by February 6, 2026, at 09:00 AM Eastern Standard Time.

Purpose and Scope

The requirement is to procure and deliver one (1) Reverse Osmosis Unit PW-400-CPB, with specifications 440VAC 3Phase 60HZ, Part Number: 90-8605, and NIIN: 017297689. This unit is a replacement for the USCGC HAWK's potable water system, which currently has a failed unit. The contractor will be responsible for procuring and shipping the unit directly to the vessel. Workmanship must adhere to best standard practices and be performed by experienced, supervised personnel.

Contract Details

  • Contract Type: Firm Fixed-Price Purchase Order, utilizing Simplified Acquisition Procedures (FAR Part 13.5).
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • NAICS Code: 336611 (Ship Building and Repairing), with a small business size standard of 1,300 employees.
  • Period of Performance: Approximately February 4, 2026, through December 15, 2026.
  • Place of Performance: USCGC HAWK (WPB-87355), 3000 Fort Point Road, Galveston, TX 77550.

Submission Requirements

Interested vendors must submit a Firm Fixed Price quotation on company letterhead stationery. The quotation must include:

  • Cost Breakdown (detailed)
  • Unit Cost
  • Extended Price
  • Total Price
  • Payment Terms
  • Discount offered for prompt payment
  • Company Unique Entity ID (UEI) and CAGE Code. Additionally, vendors must provide product/service details, a Product Data Sheet, and a cost breakdown in accordance with the Statement of Work (SOW) for technical review. Vendors must be registered in SAM.gov.

Evaluation Criteria

Award will be made to the responsible contractor whose quote conforms to the solicitation and is most advantageous and offers the best value to the Government, considering specification, price, past performance, and quality. The Government reserves the right to award on an "All or None Basis," meaning a single purchase order may be issued to the offeror with the lowest aggregate price.

Key Dates and Contacts

People

Points of Contact

Nichole CundiffPRIMARY

Files

Files

Download

Versions

Version 3Viewing
Combined Synopsis/Solicitation
Posted: Feb 3, 2026
Version 2
Combined Synopsis/Solicitation
Posted: Jan 29, 2026
View
Version 1
Combined Synopsis/Solicitation
Posted: Jan 28, 2026
View