LOCAL OPERATING STATION

SOL #: 70z08026QZB020Combined Synopsis/Solicitation

Overview

Buyer

Homeland Security
Us Coast Guard
SFLC PROCUREMENT BRANCH 1(00080)
NORFOLK, VA, 23510, United States

Place of Performance

Place of performance not available

NAICS

Other Engine Equipment Manufacturing (333618)

PSC

Electrical And Electronic Assemblies; Boards, Cards, And Associated Hardware (5998)

Set Aside

No set aside specified

Timeline

1
Posted
Feb 23, 2026
2
Submission Deadline
Feb 25, 2026, 8:00 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 Surface Forces Logistics Center (USCG SFLC) is soliciting quotations for a Local Operating Station (NSN: 5998 12 412 6831) manufactured by Rolls Royce Solutions. This is a Total Small Business Set-Aside opportunity. Quotations are due by February 25, 2026, at 3 PM Eastern Standard Time.

Scope of Work

The requirement is for one (1) Local Operating Station, with manufacturer Rolls Royce Solutions and part number B00E50207299. The item is to be delivered F.O.B. DESTINATION to USCG LOS ANGELES LONG BEACH, 1001 S. SEASIDE AVE, SAN PEDRO, CA 90731, with a required delivery date no later than March 2, 2026.

Contract & Timeline

  • Opportunity Type: Combined Synopsis/Solicitation (Commercial Item)
  • NAICS Code: 333618 (Industrial Machinery Manufacturing), with a business size standard of 750 employees.
  • Set-Aside: Total Small Business Set-Aside (FAR 52.219-6)
  • Response Due: February 25, 2026, 3 PM EST
  • Published Date: February 23, 2026
  • Issuing Agency: US Coast Guard, SFLC Procurement Branch 1

Submission Requirements

Quotations must be submitted via email to Nina.m.crosby@uscg.mil. Offerors must be registered in SAM.gov, possess a valid DUNS number, and provide their Tax Information Number (TIN). Submissions must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, and a disclosure regarding inverted domestic corporations as per HSAR 48 CFR 3009.104-70 through 3009.104-73.

Key Documents & Clauses

  • Mil-Std 2073.pdf: This informational guide, "Packaging and Marking Guide For DoD," provides crucial details on packaging methods, preservation, modal regulations, standards (e.g., MIL-STD-2073-1E), and markings. Bidders should review this to ensure compliance with potential contractual packaging requirements.
  • Applicable FAR clauses include 52.212-1, 52.212-4, 52.212-5 (with specific clauses like 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.223-18, 52.225-1, 52.225-3, 52.225-13, 52.232-33). HSAR and CGAP clauses are also incorporated by addenda.

Contact Information

For inquiries, contact Nina Crosby at NINA.M.CROSBY@USCG.MIL or 410-762-6658.

People

Points of Contact

Files

Files

Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 23, 2026
LOCAL OPERATING STATION | GovScope