LEVER CONTROLS
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 (USCG), under the Department of Homeland Security, has issued a Special Notice indicating its intent to award a sole-source contract for LEVER CONTROLS (P/N 11421-MLBSPC, NSN 3040-01-719-1576) to GLENDINNING MARINE PRODUCTS, Inc. This determination is based on FAR 13.106-1(b), citing only one responsible source and no other supplies or services satisfying agency requirements. Interested parties must express their capability to meet the requirement by February 13, 2026.
Purpose & Scope
The USCG requires the procurement of 15 units of LEVER MANUAL CONTROL, P/N 11421-MLBSPC, which are critical for the proper operation of assets within the 47' SLEP program. The justification for this sole-source award is based on a "Brand Name" rationale, indicating that the specific brand name product is essential for the government's needs.
Contract Details
- Opportunity Type: Special Notice (Intent to Award Sole Source)
- Anticipated Awardee: GLENDINNING MARINE PRODUCTS, Inc.
- Product Service Code (PSC): 5340 (Hardware)
- Place of Performance: Curtis Bay, MD 21226, United States
- Response Date: February 13, 2026, 5:00 PM EST
- Published Date: February 6, 2026
- Set-Aside: Not applicable (sole-source justification)
Justification & Market Research
The decision to pursue a sole-source award is supported by a Justification for Other Than Full and Open Competition (JOTFOC). Market research indicated that technical data for assessing equal or alternate equipment is unavailable. The contracting officer determined price reasonableness through comparison with previous purchases, current price lists, and similar items in related industries.
Action Items
This is not a solicitation for proposals. However, any firm believing it can meet the stated requirement must submit a written response demonstrating its capability by the response date. Responses should be directed to the primary contact.
Additional Notes
An accompanying document, "FAR CLAUSES.pdf," provides a compilation of Federal Acquisition Regulation (FAR) clauses. While this is an intent to award, understanding these clauses is crucial for any potential future engagement with the USCG, as they outline mandatory regulatory requirements for contracts.