O-RING & FILTER ELEMENT, FLUID
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) has an emergent requirement for O-rings and filter elements for the 154' Fast Response Cutters' main diesel engines. This is a combined synopsis/solicitation for commercial items, with a mandatory brand name (Rolls Royce Solutions GmbH) or approved equal. Strict military-standard packaging is a critical requirement. Award will be a Firm Fixed Price purchase order based on Lowest Price Technically Acceptable (LPTA). Quotations are due by May 18, 2026, at 10:00 AM EST.
Scope of Work
The opportunity requires two items:
- Item 1: 500 each of O-RING (NSN: 5331-12-411-7662, P/N: XP52718300071) for the 154' Fast Response Cutters' main diesel engines.
- Item 2: 1500 each of ODMS FILTER ELEMENT, FLUID (NSN: 2910-12-128-8594, P/N: X58708300028) for the 154' WPB vessels' MTU main diesel engines.
Critical Requirements:
- Packaging: Both items require individual packaging in accordance with MIL-STD-2073-1E (Method 42 for O-rings, Method 10 for filter elements). Standard commercial packaging is unacceptable, and non-compliant items will be rejected. Bidders may use a third party for packaging but must include additional costs in their quotation. The MIL-STD-2073.pdf document summary provides further guidance on these requirements.
- Brand Name: Parts manufactured by Rolls Royce Solutions GmbH are mandatory. Offers of "equal" products must meet specified salient physical, functional, or performance characteristics and are subject to USCG approval.
Contract & Timeline
- Type: Firm Fixed Price (FFP) Purchase Order, utilizing Simplified Acquisition Procedures (FAR 13.106).
- Set-Aside: Unrestricted (All responsible sources may submit).
- NAICS: 333618 (Industrial Machinery Manufacturing), with a business size standard of 1500 employees.
- Response Due: May 18, 2026, 10:00 AM EST.
- Published: May 12, 2026.
Evaluation
Award will be made on an "all or none" basis to a responsible offeror whose quotation is most advantageous to the Government. The selection will be based on Lowest Price Technically Acceptable (LPTA) criteria.
Submission Requirements
Offerors must:
- Have valid DUNS numbers and be registered in the System for Award Management (SAM.gov).
- Provide their company Tax Information Number (TIN) with their offer.
- Submit a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items.
- Include a disclosure regarding inverted domestic corporations as specified in the solicitation.
- Comply with all incorporated FAR, HSAR, and CGAP clauses, including those detailed in the 52-212-5 document summary.
Contact Information
For inquiries, contact DONNA SCANDALIATO at DONNA.M.SCANDALIATO@USCG.MIL or 410-762-6259.