CLUTCH - KAMAN INDUSTRIAL PARTS ONLY

SOL #: 2126406B3000DZ038Combined Synopsis/SolicitationSole Source

Overview

Buyer

Homeland Security
Us Coast Guard
SFLC PROCUREMENT BRANCH 3(00040)
BALTIMORE, MD, 21226, United States

Place of Performance

Place of performance not available

NAICS

Ship Building and Repairing (336611)

PSC

Torque Converters And Speed Changers (3010)

Set Aside

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

Timeline

1
Posted
Feb 9, 2026
2
Submission Deadline
Feb 20, 2026, 5:00 PM

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) has issued a combined synopsis/solicitation for the procurement of 40 overrunning clutches specifically for the Response Boat-Medium (RBM) generator drive system. This is a Brand Name Sole Source requirement for Kaman Industrial Technologies parts. Quotations are due by February 23, 2026.

Scope of Work

The contractor shall provide the following OEM parts:

  • Item: Overrunning Clutch (NSN 3010 01-590-3165)
  • Manufacturer: Kaman Industrial Technologies
  • Part Number: FRSG600-KI-USCG_CLUTCH
  • Quantity: 40 Each

Because this is a Brand Name requirement, the government will not provide proprietary information, manufacturing drawings, or technical specifications. Vendors must be able to provide the OEM parts directly.

Contract & Timeline

  • Type: Firm Fixed Price (FFP)
  • Set-Aside: 100% Total Small Business
  • NAICS Code: 336611 (Ship Building and Repairing)
  • Response Due: February 23, 2026, at 12:00 PM EST
  • Delivery Date: March 30, 2026
  • Place of Delivery: USCG Yard, Baltimore, MD (FOB Destination)

Evaluation

Award will be made on an "all or none" basis to the responsible offeror providing the Lowest Price Technically Acceptable (LPTA) quote. Evaluation factors include pricing, relevant past performance, and delivery schedule. Notably, the government considers delivery to be as important as cost in this acquisition.

Additional Notes

Offerors must be registered in SAM.gov and include their SAM Unique Entity ID, CAGE code, and Taxpayer ID with their submission. Quotes should be emailed to Brandie Dunnigan at brandie.r.dunnigan@uscg.mil.

People

Points of Contact

Brandie R DunniganPRIMARY

Files

Files

Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 9, 2026
CLUTCH - KAMAN INDUSTRIAL PARTS ONLY | GovScope