MOORING LINES

SOL #: 70Z04026Q60760Y00Combined Synopsis/Solicitation

Overview

Buyer

Homeland Security
Us Coast Guard
SFLC PROCUREMENT BRANCH 3(00040)
BALTIMORE, MD, 21226, United States

Place of Performance

Curtis Bay, MD

NAICS

Rope (314994)

PSC

Fiber Rope, Cordage, And Twine (4020)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Apr 30, 2026
2
Submission Deadline
May 15, 2026, 4:00 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 U.S. Coast Guard, Surface Forces Logistics Center (SFLC) is seeking quotes for Mooring Lines through a Combined Synopsis/Solicitation (RFQ 2126406Y61A3799005). This requirement is a Total Small Business Set-Aside for the procurement of specific Samson Stable Braid mooring lines. The agency anticipates awarding a Firm Fixed Price Purchase Order based on a Best Value evaluation. Quotes are due by May 15, 2026.

Scope of Work

The opportunity requires the provision of two types of Samson Stable Braid Uncoated White/Clear mooring lines:

  • ITEM 1: 1-1/2 inch diameter x 600 feet cut length with 6-foot eye each end (Part Number: SS1-1/2X600EE), Quantity: 6 EA. Minimum break strength: 63800 LBS.
  • ITEM 2: 1-1/2 inch diameter x 300 feet cut length with 6-foot eye each end (Part Number: SS1-1/2X300EE), Quantity: 4 EA. Minimum break strength: 63800 LBS.

All deliveries are required by June 25, 2026, and must be FOB Destination to the U.S. Coast Guard Surface Forces Logistics Center in Baltimore, MD. Packaging must adhere to military standards (MIL-STD-2073-1E) and marking to MIL-STD-129R. Proposed substitutions must include a specification sheet for evaluation.

Contract & Timeline

  • Type: Combined Synopsis/Solicitation (RFQ) leading to a Firm Fixed Price Purchase Order
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Quotes Due: May 15, 2026, 4:00 PM UTC
  • Published: April 30, 2026
  • Anticipated Award: Best Value Purchase Order
  • Payment Terms: NET 30

Evaluation

Award will be based on a Best Value determination, considering the vendor's ability to provide the complete requirement, meet the required timeframe, and price.

Additional Notes

All vendors must have an active SAM.gov registration or provide proof of submission. Invoicing will be processed through IPP (https://www.ipp.gov). The solicitation incorporates FAR clauses including 52.212-1 (Instructions to Offerors), 52.212-3 (Representations and Certifications), and various clauses related to telecommunications and Kaspersky Lab. The attached "FAR Clauses.pdf" provides a compilation of applicable Federal Acquisition Regulation clauses.

People

Points of Contact

Shellby HammondPRIMARY

Files

Files

Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 30, 2026
MOORING LINES | GovScope