CLUTCH ASSEMBLY COMB KIT
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 (SFLC) is soliciting quotations for CLUTCH ASSEMBLY COMB KITS (NSN: 3010 01 588 8720). This is a combined synopsis/solicitation for a commercial item, utilizing simplified acquisition procedures. Quotations are due by February 13, 2026, at 12 PM Eastern Standard Time.
Scope of Work
The requirement is for four (4) CLUTCH ASSEMBLY COMB KITS, manufactured by EATON CORPORATION (Part Number: 146237E). Each kit is designed to rebuild the main wear parts of a clutch assembly, specifically for the TP 5453-242-A, Model 28VC1000 CLUTCH. Kits must include (10) friction shoe assemblies, (10) torque bars, and (10) return spring & friction blocks. Items must be marked in accordance with MIL-STD-129R (NSN 3110-01-588-8720) and barcoded per ISO/IEC-16388. Packaging must comply with MIL-STD-2073-1E, Method 10, with individual marking and packing for multiple shipments.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (FAR Subpart 12.6), Simplified Acquisition Procedures (FAR 13)
- NAICS Code: 333612 (Business Size Standard: 750 employees)
- Set-Aside: Total Small Business Set-Aside (FAR 52.219-6)
- Response Due: February 13, 2026, 12 PM EST
- Published: February 12, 2026
- Required Delivery: No later than March 30, 2026, F.O.B. DESTINATION to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore MD 21226.
Submission Requirements
All responsible sources may submit quotations via email to Nina.m.crosby@uscg.mil. Offerors must have valid DUNS numbers, be registered in the System for Award Management (SAM), and provide their Tax Information Number (TIN). Submissions must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (FEB 2023) with Alternate I, and a disclosure regarding inverted domestic corporations. Various FAR, HSAR, and CGAP clauses apply, including those related to Buy American Act, Small Business Programs, and payment by electronic funds transfer.
Packaging and Marking Guidance
Bidders should refer to the provided "Mil-Std 2073.pdf" document, a Packaging and Marking Guide For DoD. This guide is essential for understanding the Department of Defense's requirements for packaging and marking, including military preservation methods, hazardous materials packaging, and specific marking types (e.g., MIL-STD-129R, ISO/IEC-16388). Familiarity with this guide is critical for ensuring compliance with the contract's packaging and marking specifications.