INJECTOR ASSEMBLY
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 United States Coast Guard Surface Forces Logistics Center (SFLC) is soliciting quotations for 30 INJECTOR ASSEMBLY units (NSN: 2910-01-661-6854, P/N: 4955149) for Cummins Ships Service Diesel Generators on 154’ WPC vessels. This is a Total Small Business Set-Aside. Quotations are due by April 1, 2026, at 10:00 AM EST.
Scope of Work
The requirement is for 30 Injector Assembly units, specifically P/N 4955149 manufactured by CUMMINS INC. While brand name is mandatory, offers of "equal" products will be considered if they meet specified salient physical, functional, or performance characteristics, subject to USCG determination.
Key Requirements
- Packaging: Strict adherence to military packaging standards is mandatory. Each item must be individually preserved and packaged in accordance with MIL-STD-2073-1E Method 10, using an ASTM-D5118 heavy-duty double-wall fiberboard box, cushioned to prevent damage. Markings must comply with MIL-STD-129R and include barcoding per ISO/IEC-16388-2007, Code 39 symbology. Standard commercial packaging is unacceptable and will result in rejection. Bidders should consult the provided MIL-STD-2073 guide for detailed understanding.
- Eligibility: Offerors must have valid DUNS numbers and be registered with the System for Award Management (SAM.gov).
- NAICS: 335312 (Engine Fuel System Components, Nonaircraft) with a 700-employee size standard.
Contract Details
- Type: Combined Synopsis/Solicitation for a commercial item, resulting in a Firm Fixed Price Contract.
- Award Basis: All or none, to the responsible offeror whose quotation is most advantageous to the Government.
- Evaluation: Lowest Price Technically Acceptable (LPTA).
- Set-Aside: Total Small Business Set-Aside (FAR 52.219-6).
Submission Requirements & Deadline
- Quotations Due: April 1, 2026, 10:00 AM Eastern Standard Time.
- Required Documents:
- Quotation.
- Company Tax Information Number (TIN).
- Disclosure regarding inverted domestic corporations (HSAR 48 CFR 3009.104-70 through 3009.104-73).
- Completed FAR 52.212-3, Offeror Representations and Certifications—Commercial Items (with Alternate I). This document, provided as an attachment, covers various business status and compliance certifications critical for eligibility.
- Applicable Clauses: FAR 52.212-1, 52.212-4, 52.212-5, and numerous specific clauses listed within 52.212-5, along with HSAR and CGAP clauses.
Contact Information
For questions, contact Courtney Gustin at COURTNEY.C.GUSTIN@USCG.MIL or 206-815-0034.