Hydraulic Cylinders, in support of the WLM-175, WLB-225, WTGB-140, WLBB-240 and WLIC-75 class vessels

SOL #: 70Z08526RIBCT0100Sources Sought

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

Fluid Power Cylinder and Actuator Manufacturing (333995)

PSC

No PSC code specified

Set Aside

No set aside specified

Timeline

1
Posted
Mar 18, 2026
2
Response Deadline
Mar 25, 2026, 9:00 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), Surface Forces Logistics Center, is conducting market research through a Sources Sought Notice (SSN) to identify qualified sources for the overhaul or purchase of Hydraulic Cylinders for various USCG cutter classes (WLM-175, WLB-225, WTGB-140, WLBB-240, and WLIC-75). This SSN aims to determine industry capabilities and inform future set-aside decisions. Responses are due by March 25, 2026.

Scope of Work

The requirement involves opening, inspecting, reporting, overhauling, and/or selling Hydraulic Cylinders. This support is critical for the specified WLM-175, WLB-225, WTGB-140, WLBB-240, and WLIC-75 class vessels. The anticipated place of performance is the vendor's facility.

Contract & Timeline

  • Type: Sources Sought Notice / Request for Information (Market Research)
  • Anticipated Period of Performance: September 2026 through August 2031 (one base year + four option years)
  • NAICS Code: 333995 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance) with an 800-employee size standard.
  • PSC: 3040
  • Set-Aside: None specified at this stage; market research will inform future set-aside decisions.
  • Response Due: March 25, 2026, by 5:00 PM EST
  • Published: March 18, 2026

Submission Requirements

Interested companies must submit information via email to Cheryl.a.copeland@uscg.mil and Sandra.A.Martinez@uscg.mil. Submissions should include:

  • Company Name, Address, and Unique Entity ID (UEI)
  • Point of Contact and Phone Number
  • Acknowledgment of Section 889 compliance
  • Small Business Status and supporting documentation (e.g., 8(a), HUBZone, SDVOSBC, VOSBC, EDWOSB, WOSBC, Small Business)
  • A statement confirming intent to submit a proposal as a prime contractor if a solicitation is issued
  • Past Performance Information for similar work, including contract numbers, project titles, dollar amounts, and points of contact. Joint Venture past performance is preferred if applicable.

Additional Notes

This is strictly for market research and does not constitute a Request for Proposal or a commitment to award a contract. The Government will not pay for information provided. Failure to respond adequately may result in a company not being considered a likely offeror for future restricted competition. Respondents should monitor SAM.gov for any future solicitations.

People

Points of Contact

Craig LillyPRIMARY
Sandra A. MartinezSECONDARY

Files

Files

No files attached to this opportunity

Versions

Version 1Viewing
Sources Sought
Posted: Mar 18, 2026
Hydraulic Cylinders, in support of the WLM-175, WLB-225, WTGB-140, WLBB-240 and WLIC-75 class vessels | GovScope