CYLINDER ASSEMBLY, ACTUATING

SOL #: 70Z08526Q40122B00Solicitation

Overview

Buyer

Homeland Security
Us Coast Guard
SFLC PROCUREMENT BRANCH 2(00085)
ALAMEDA, CA, 94501, United States

Place of Performance

Curtis Bay, MD

NAICS

Other Engine Equipment Manufacturing (333618)

PSC

Miscellaneous Power Transmission Equipment (3040)

Set Aside

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

Timeline

1
Posted
Apr 10, 2026
2
Submission Deadline
Apr 27, 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) is soliciting quotes for two CYLINDER ASSEMBLY, ACTUATING units (NSN: 3040-01-629-3910, Part #: 3.25CBBMTTS24ACX22.5). This is a Total Small Business Set-Aside opportunity, with a Firm Fixed Price Purchase Order anticipated. Quotes are due by April 27, 2026, at 5:00 PM ET.

Scope of Work

This solicitation requires the provision of two (02) CYLINDER ASSEMBLY, ACTUATING units. Key requirements include:

  • Cylinders must be built according to WALZ & KRENZER Drawing Number C-WK-787-11. No substitutions are authorized without prior approval from USCG SFLC technical experts.
  • Packaging: Must comply with MIL-STD-2073-1E Method 10, ASTM-D6880 Class 2 heavy-duty screwed wooden box.
  • Marking: Must be IAW MIL-STD-129R, with barcoding IAW ISO/IEC-16388-2007, Code 39 Symbology. Package labels must include ITEM NAME, PART NUMBER, NSN, QNTY, COND-A, and CONTRACT/ORDER NUMBER.

Contract & Timeline

  • Contract Type: Firm Fixed Price Purchase Order.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • Payment Terms: NET 30, in accordance with FAR 52.232-25 Prompt Payment.
  • Response Date: April 27, 2026, 5:00 PM ET.
  • Published Date: April 10, 2026.

Submission & Evaluation

  • All responsible sources may submit a quotation. Offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with their quote.
  • Vendors must have an active registration in SAM.Gov prior to award and maintain it until final payment (FAR 52.204-7).
  • Total cost shall include delivery and any freight charges to zip code 21226. Shipping is FOB DESTINATION REQUIRED.
  • Invoicing must be processed through the Invoice Processing Platform (IPP) at https://www.ipp.gov. Invoices for Purchase Orders awarded by SFLC Baltimore are to be submitted as Non-PO in IPP.
  • Quality Assurance (Q/A) inspection may be required; contractors must notify the Contracting Officer seven (07) calendar days prior to inspection readiness.

Shipping & Delivery

  • Ship To: USCG CENTER, 2401 HAWKINS POINT ROAD, RECEIVING ROOM- BUILDING 88, BALTIMORE, MD 21226.
  • Delivery Hours: Monday through Friday, 8:00 AM to 3:00 PM.
  • Material must be accompanied by an itemized packing list securely attached to the outside of the shipment, citing the Purchase Order Number.

Additional Notes

Offerors should carefully review all referenced FAR clauses, including 52.212-1, 52.212-5, 52.246-2, and 52.213-4, for their specific impact on the contract. Shipping costs must be a separate line item and require a separate freight invoice if $100 or more.

People

Points of Contact

CHRISTOPHER HUERTAS-ROLONPRIMARY
Daniel J. NievesSECONDARY

Files

Files

Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Apr 10, 2026
CYLINDER ASSEMBLY, ACTUATING | GovScope