MANIFOLD, EXHAUST
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, is issuing a Combined Synopsis/Solicitation for the procurement of 30 EXHAUST MANIFOLDS (P/N 23519252, NSN 2815-01-457-1379) for the 47' MLB main engines. This is a Total Small Business Set-Aside and will result in a Firm Fixed Price Purchase Order. Quotes are due by May 19, 2026.
Scope of Work
The requirement is for 30 each EXHAUST MANIFOLD, specifically P/N 23519252, NSN 2815-01-457-1379, manufactured by ROLLS-ROYCE SOLUTIONS AMERICA INC., for the 47' MLB main engines (Left Bank 6V92TA-80627K91-STBD).
- Quantity: 30 EA
- Part Number: 23519252
- NSN: 2815-01-457-1379
- Manufacturer: ROLLS-ROYCE SOLUTIONS AMERICA INC.
- Packaging: Commercial packaging is acceptable, provided it protects the item through multiple shipments and storage. Items must be individually packaged, shipped in the same container, and marked per MIL-STD-129R with barcodes per ISO/IEC-16388-2007, Code 39 symbology.
- Substitution: Proposed substitutions must include a Specification Sheet for evaluation.
- Delivery: All deliveries are required by June 11, 2026, FOB DESTINATION, with all freight charges included in the total cost. Delivery address is U.S. Coast Guard Surface Forces Logistics Center, 2401 Hawkins Point Road, Receiving Room- BLDG 88, Baltimore, MD, 21226.
Contract & Timeline
- Type: Firm Fixed Price Purchase Order (Combined Synopsis/Solicitation)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Due: May 19, 2026, 4:00 PM Z
- Published: May 4, 2026
- Payment Terms: NET 30, in accordance with FAR 52.232-25 Prompt Payment.
Evaluation
Award will be based on Best Value, considering the completeness of the requirement, adherence to the required timeframe, and price. All responsible sources may submit a quotation, provided they have an active SAM.Gov registration or proof of submitted registration.
Additional Notes
This procurement is justified as a Brand Name purchase due to the essential nature of the specific part and the unavailability of technical data for assessing equal or alternate equipment, as detailed in the Justification for Other Than Full and Open Competition (JOTFOC). The solicitation incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2024-05. Bidders should review the "FAR CLAUSES.pdf" for mandatory clauses. Invoicing must be processed through https://www.ipp.gov, including specific PO and vendor details.