Dust Collector Rental
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 U.S. Coast Guard, Surface Forces Logistics Center (SFLC) is soliciting quotes for the rental of two 55,000 CFM Tier III dust collectors. This opportunity is a Total Small Business Set-Aside and will result in a Firm Fixed Price Purchase Order. Quotes are due by March 20, 2026, at 10:00 AM Eastern.
Scope of Work
The requirement is for the rental of two (2) 55,000 CFM Tier III 174 horsepower diesel-powered dust collector units. These units must be trailer-mounted, include two 80+ gallon fuel tanks, a reverse pulse jet system, an auger system for dust removal, and hopper-mounted pneumatic vibrators. Flexible discharge hose and a drum cover for a 55-gallon drum are also required. The equipment must have been manufactured within 5 years of the contract date. The contractor is responsible for all maintenance and repairs, providing a mechanic within 8 hours for issues, or a replacement unit within 48 hours if unrepairable. The rental period is for 9 consecutive weeks, scheduled between April 18, 2026, and June 20, 2026, at the USCG Yard, 2401 Hawkins Point Rd, Baltimore, MD 21226.
Contract & Timeline
- Opportunity Type: Solicitation (Request for Quote - RFQ 70Z04026Q60380)
- Contract Type: Firm Fixed Price Purchase Order
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Period of Performance: 9 consecutive weeks, between 04/18/26 and 06/20/26
- Response Due: March 20, 2026, at 10:00 AM Eastern
- Published Date: March 5, 2026
Evaluation
Award will be made on a Best Value basis, considering who meets all technical requirements, deadlines, and price. Past performance will be reviewed for "responsibility" per FAR 9.1. If drawings are required per the SOW, they must be approved by a professional engineer and included with the quote.
Special Requirements & Notes
- Wage Determination: The Service Contract Act Wage Determination (No. 2015-4265, Revision No. 32) for Maryland counties applies, outlining minimum hourly wages and fringe benefits.
- Drawings: If required by the SOW, quotes must include professional engineer-approved drawings.
- Site Visit: If a site visit is required to bid, contact Jann Blevins at Jann.A.Blevins@uscg.mil to schedule.
- Invoicing: All invoicing will be processed through https://www.ipp.gov. Vendors without an account should indicate this for setup.
- Vendor Information: Quotes must include Entity Name, UEI, Address, POC, Phone, and Email.
- Place of Performance: U.S. Coast Guard Yard, Baltimore, MD.
- Contact: SK2 Kenneth Palmer (kenneth.t.palmer@uscg.mil).
- Export Control: Access to some drawings may be Export-Controlled and require Joint Certification Program (JCP) registration.
- Payment Terms: No down payments or advanced payments. Payment will be made by Government Purchase Order (Net 30) after delivery and acceptance. Vendor assumes financial responsibility until acceptance.
- Personnel: Contractor personnel require visitor passes and clearance from USCG Yard Security; a list of personnel must be provided 24 hours in advance. All personnel must wear hard hats with specific lettering.