CONTROLLER, MOTOR

SOL #: 70Z08026Q20097Combined Synopsis/Solicitation

Overview

Buyer

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

Place of Performance

Place of performance not available

NAICS

Other Engine Equipment Manufacturing (333618)

PSC

Electrical Control Equipment (6110)

Set Aside

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

Timeline

1
Posted
Apr 16, 2026
2
Submission Deadline
Apr 22, 2026, 2:00 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 United States Coast Guard (USCG) Surface Forces Logistics Center has an emergent requirement for 50 Engineroom Variable Frequency Drive Controllers (NSN: 6110-01-632-3597). This is a Total Small Business Set-Aside opportunity, with award based on Lowest Price Technically Acceptable (LPTA) on an all or none basis. Quotations are due by April 22, 2026, at 10:00 AM EST.

Scope of Work

The solicitation seeks 50 units of the CONTROLLER, MOTOR, specifically the Rockwell Automation Inc., PN: 25A-D010N104. This is a brand name mandatory requirement; offers of "equal" products must meet specified salient physical, functional, or performance characteristics. The units do not require programming from the vendor for intake or exhaust applications.

Critical Packaging and Marking Requirements:

  • Each item must be individually preserved and packaged in accordance with MIL-STD-2073-1E Method 10 in an ASTM-d5118 heavy-duty double-wall fiberboard box, appropriately cushioned.
  • Any crates or boxes weighing over 50 lbs must be skid-mounted or secured to a pallet for forklift use.
  • Marking must comply with MIL-STD-129R, including bar coding IAW ISO/IEC-16388-2007, Code 39 Symbology. All markings must be visible by forklift operators.
  • Standard commercial packaging is unacceptable. Failure to meet these packaging, packing, and marking (PP&M) requirements will result in rejection and potential return of items.

Contract & Timeline

  • Type: Combined Synopsis/Solicitation, Firm Fixed Price Contract, utilizing simplified acquisition procedures (FAR 13.106).
  • NAICS Code: 333618 (Industrial Machinery Manufacturing), Size Standard: 1500 employees.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • Response Due: April 22, 2026, 10:00 AM EST.
  • Published: April 16, 2026.

Evaluation & Award

Award will be made to the responsible offeror whose quotation, conforming to the solicitation, is the most advantageous to the Government, specifically based on Lowest Price Technically Acceptable (LPTA) criteria. The award will be on an all or none basis.

Submission Requirements

Offerors must:

  • Have valid DUNS numbers and be registered with SYSTEM FOR AWARD MANAGEMENT (SAM.gov).
  • Provide their Company Tax Information Number (TIN) with their offer.
  • Submit a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items.
  • Include a disclosure regarding inverted domestic corporations as per HSAR 48 CFR 3009.104-70 through -73.
  • Acknowledge and comply with all specified FAR, HSAR, and CGAP clauses, including those related to Buy American Act, Small Business Programs, and payment terms.

Contact Information

For questions, contact Donna Scandaliato at DONNA.M.SCANDALIATO@USCG.MIL or 410-762-6259.

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 16, 2026
CONTROLLER, MOTOR | GovScope