IMPELLER PUMP
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 is seeking quotations for Impeller Pumps, Filter Elements, Gaskets, and V-Belts from Rolls-Royce Solutions America Inc. or authorized OEM part providers. This is a Brand Name Sole Source requirement, issued as a combined synopsis/solicitation (RFQ) under solicitation number 2126406B27DSCA032. The opportunity is a Total Small Business Set-Aside. Quotations are due by April 9, 2026, at 12:00 PM EST.
Scope of Work
The requirement is for the supply of specific OEM parts manufactured by Rolls-Royce Solutions America Inc. Vendors must be able to provide these OEM parts directly, as no proprietary information, manufacturing drawings, specifications, or other technical data will be provided by the U.S. Coast Guard.
- Item 0001: 100 each of Impeller, Pump, Centrifugal (NSN 2930 00-076-6076, P/N 5196628)
- Item 0002: 100 each of Filter Element, Fluid (NSN 2910 01-478-5210, P/N 23530645)
- Item 0003: 100 each of Gasket (NSN 5330 01-096-1109, P/N 5104018)
- Item 0004: 25 each of Belts, V, Matched Set (NSN 3030 00-179-6829, P/N 5126771) All items require a delivery date of June 11, 2026, to the USCG YARD in Baltimore, MD.
Contract & Timeline
- Type: Firm Fixed Price Contract (Combined Synopsis/Solicitation - Request for Quotation)
- Set-Aside: Total Small Business
- NAICS: 336611 (Ship Building and Repairing) with a 1000 PPL size standard.
- Response Due: April 9, 2026, 12:00 PM EST
- Delivery Date: June 11, 2026
- Place of Delivery: USCG YARD, 2401 Hawkins Point Road, Bldg 88, Baltimore, MD 21226
- Published: March 23, 2026
Submission & Evaluation
Offerors must submit quotations in accordance with FAR Subpart 12.6 and include company mailing/remittance addresses, prompt payment discounts (if applicable), CAGE code, SAM Unique Entity ID, and Taxpayer ID number. A completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, is also required. The U.S. Coast Guard intends to award a single contract on an all or none basis to the responsible offeror whose quotation represents the lowest cost technically acceptable solution and meets the required delivery date. Evaluation factors include delivery, pricing, and relevant past performance, with delivery being as important as cost. Offerors must be registered in SAM.gov.
Additional Notes
This is a Brand Name Sole Source requirement for Rolls-Royce Solutions America Inc. parts. Quotes should be FOB Destination. Applicable FAR clauses include 52.212-1, 52.212-2, 52.212-3, 52.212-4, and 52.212-5.