CYLINDER ASSEMBLY REACTION

SOL #: 70Z04026Q50485B00Combined Synopsis/Solicitation

Overview

Buyer

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

Place of Performance

Curtis Bay, MD

NAICS

Ship Building and Repairing (336611)

PSC

Miscellaneous Power Transmission Equipment (3040)

Set Aside

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

Timeline

1
Posted
Apr 20, 2026
2
Submission Deadline
May 4, 2026, 4:00 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 Forces Logistics Center (SFLC) is seeking quotes for CYLINDER ASSEMBLY REACTION (NSN: 3040-01-643-4916, P/N: 112515, MFG: HAMILTON JET INC). This is a Combined Synopsis/Solicitation (RFQ) under a Total Small Business Set-Aside, aiming to award a Firm Fixed Price Purchase Order. The requirement is for 15 units, with delivery required by May 20, 2026. Quotes are due by May 4, 2026.

Scope of Work

The solicitation requires the provision of 15 each CYLINDER ASSEMBLY REACTION, specifically NSN 3040-01-643-4916, P/N 112515, manufactured by HAMILTON JET INC. Items must be individually packaged in accordance with MIL-STD-2073-1E Method 10, with appropriate cushioning and bracing. Marking must comply with MIL-STD-129R and be barcoded per ISO/IEC 16399-2007. Delivery is FOB DESTINATION to the USCG SFLC Receiving Room-Bldg 88, 2401 Hawkins Point Road, Baltimore MD 21226, between 7:00 AM and 1:00 PM, Monday through Friday. Partial shipments are acceptable. Any proposed substitutions must include a specification sheet for evaluation.

Contract & Timeline

  • Type: Combined Synopsis/Solicitation (RFQ) leading to a Firm Fixed Price Purchase Order
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Response Due: May 4, 2026, by email to Yannick.a.kassi@uscg.mil
  • Required Delivery Date: On or before May 20, 2026
  • Published Date: April 20, 2026

Evaluation

Award will be based on Best Value, considering the vendor's ability to provide the complete requirement, meet the required timeframe, and price. All vendors must have an active SAM.gov registration or proof of submission.

Additional Notes

A Justification for Other Than Full and Open Competition (JOTFOC) document confirms the brand-name requirement for the ACTUATOR ASSEMBLY, HJ112515, NSN 3040-01-643-4916, citing that the specific brand/part is essential and technical data is insufficient for assessing equal or alternate equipment. Kraft Power Inc. is noted as a suggested source. Invoicing will be processed through IPP (www.ipp.gov), requiring specific information including the CG Purchase Order number and CAGE number. Payments are NET 30 in accordance with FAR 52.232-25 Prompt Payment. Key FAR clauses include 52.204-24, 52.204-26, 52.212-1, 52.212-3, 52.204-23, 52.204-25, and 52.212-5.

People

Points of Contact

Yannick KassiPRIMARY
Bryan DuffeySECONDARY

Files

Files

Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 20, 2026
CYLINDER ASSEMBLY REACTION | GovScope