FUEL INJECTORS

SOL #: 70Z08526Q40059B00Solicitation

Overview

Buyer

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

Place of Performance

Curtis Bay, MD

NAICS

Motor Vehicle Gasoline Engine and Engine Parts Manufacturing (336310)

PSC

Engine Fuel System Components, Nonaircraft (2910)

Set Aside

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

Timeline

1
Posted
Feb 20, 2026
2
Submission Deadline
Mar 5, 2026, 6:00 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 (USCG), under the Department of Homeland Security, has issued a Solicitation for Fuel Injector Assemblies (P/N V1312T1MLH-KC, NSN 2910 01-535-6877). This requirement is for 393 units to support Isotta Fraschini Engines on 75' WLR and WLIC Cutters. This opportunity is designated as a Total Small Business Set-Aside. Proposals are due by March 5, 2026, at 6:00 PM EST.

Scope of Work

The contractor shall provide 393 Fuel Injector Assemblies (Part Number: V1312T1MLH-KC, NSN: 2910 01-535-6877). No substitutions are authorized without prior approval from USCG SFLC Technical Experts.

Key requirements include:

  • Packaging: Each injector assembly must be individually packaged and marked in its own cardboard box with appropriate cushioning for up to two years of protection. Individual boxes may be consolidated for shipping.
  • Marking: Compliance with MIL-STD-129R and barcoding per ISO/IEC-16388-2007, Code 39 symbology. Package labels must include ITEM NAME, PART NUMBER, NSN, QNTY, COND-A, and CONTRACT NUMBER / ORDER NUMBER. Military Packaging standards (e.g., MIL-STD-2073-1E) are required for protection during shipment and storage.
  • Delivery: All items are FOB Destination to the USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Receiving Room- Building 88, Baltimore, MD 21226. Delivery hours are Monday through Friday, 8 am to 3 pm. All shipping and packaging costs must be included in the total price.

Contract & Timeline

  • Opportunity Type: Solicitation
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Quantity: 393 Each
  • Response Due Date: March 5, 2026, 6:00 PM EST
  • Published Date: February 20, 2026
  • Place of Performance/Delivery: Curtis Bay, MD 21226 (Baltimore, MD)

Submission & Evaluation

Offerors must comply with all Federal Acquisition Regulation (FAR) clauses incorporated by reference, including those related to instructions to offerors (52.212-1), representations and certifications (52.212-3), and System for Award Management (SAM) registration (52.204-7). Invoicing must be processed through https://www.ipp.gov and include specific contract and vendor details, with a copy sent to Carlos.A.DiazGarcia@uscg.mil. If a Quality Assurance Inspection block is checked, the contractor must notify the Contracting Officer at least seven calendar days prior to inspection or testing.

Contacts

People

Points of Contact

Carlos Diaz GarciaPRIMARY
Daniel J. NievesSECONDARY

Files

Files

Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Feb 20, 2026
FUEL INJECTORS | GovScope