Fuel Injectors

SOL #: 70Z08526Q49002B00Combined Synopsis/Solicitation

Overview

Buyer

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

Place of Performance

Place of performance not available

NAICS

Ship Building and Repairing (336611)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Ship And Marine Equipment (J020)

Set Aside

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

Timeline

1
Posted
Feb 20, 2026
2
Submission Deadline
Mar 6, 2026, 4:00 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 is requesting quotations for 53 remanufactured fuel injectors (NSN: 2910-01-329-8347, PN: 418-8820) for its LRE Product Line. This is a Total Small Business Set-Aside under NAICS 336611. Quotes are due by March 6, 2026, at 11:00 am EST.

Scope of Work

The requirement is for remanufactured fuel injectors that must utilize genuine Caterpillar Inc. OEM parts and be provided by authorized Caterpillar service providers. Vendors must provide written documentation from Caterpillar Inc. confirming their authorized dealer/repair facility status. No aftermarket or substitute parts are acceptable. The acquisition includes a core turn-in requirement for 53 cores, with a core deposit fee to be specified by the vendor. The new part number 20R-4179 or 418-8820 is acceptable for new units.

Contract & Timeline

  • Type: Combined Synopsis/Solicitation (RFQ) for commercial items, conducted under the Simplified Acquisition Threshold (SAT) in accordance with FAR 13.106-1(b)(1) (brand name justification).
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • Pricing: Firm Fixed Price, with an all-or-nothing quote required. Shipping costs must be included in the injector price.
  • Delivery: F.O.B. Destination to USCG SFLC, Receiving Room, Bldg. #88, 2401 Hawkins Point Road, Baltimore, MD 21226. Deliveries are Monday-Friday, 7:00 am - 1:00 pm.
  • Warranty: A standard manufacturer's warranty is required. For items put into inventory, a 2-year guarantee against defects leading to failure is required after delivery.
  • Packaging & Marking: Items must be individually preserved, packed, and marked per Overhaul Description, complying with MIL-STD-129R and ISO/IEC-16388-2007 (Code 39 symbology). Each unit must be in its own wooden box.
  • Quote Due: March 6, 2026, by 11:00 am EST.
  • Published: February 20, 2026.

Evaluation

Award will be made to the lowest-priced technically acceptable offeror. Vendors must be registered in SAM.gov prior to quote submittal, and their SAM record will be reviewed for adverse financial information or exclusions.

Submission Instructions

Quotes, including core deposit fees and firm fixed prices per injector, should be emailed to chad.a.ball@uscg.mil. Offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, if not already in SAM.gov. Payment requests will be submitted electronically via the Invoice Processing Platform (IPP).

People

Points of Contact

Files

Files

Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 20, 2026
Fuel Injectors | GovScope