Open, Inspect and Report MOTOR, ALTERNATING CURRENT

SOL #: 70z08026QAG054Combined 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

Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance (8113)

PSC

Motors, Electrical (6105)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 20, 2026
2
Submission Deadline
Jan 27, 2026, 2:00 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 Force Logistics Center (SFLC) is seeking contractors to open, inspect, report, and overhaul/repair two (2) Marathon AC Electric Motors (Part Number M729-IEEE45) used on WMEC 270 Class Auxiliary Salt Water (ASW) pumps. This is a combined synopsis/solicitation (RFQ) for commercial items. Quotes are due by January 27, 2026, at 2 PM ET.

Scope of Work

The requirement involves the overhaul of two (2) Marathon 40 HP, 3600 RPM, 3 Phase, 60 Hertz, 230/460 VAC, ODP, IEEE45 Marine Duty motors. Contractors must ensure the motor is complete and of the correct part number (M729-IEEE45, which replaces M829-IEEE45) upon receipt. Any discrepancies must be reported to the Coast Guard Contracting Officer. The overhaul must adhere to SFLC Standard Specification 3020, "Overhaul of AC Electrical Motors," including specific requirements for exterior painting (primer and finish coat in Grey 26307), rust inhibitor application, preservation for a minimum of two years of warehouse storage, and detailed packaging and marking instructions (heat sealable bags, desiccant, wooden boxes per ASTM D3951, and stenciling with specific item information and bar coding per USCG-SFLC Specification D-000-0100). Substitute parts are not acceptable, and the USCG cannot provide proprietary drawings or specifications.

Contract Details

  • Solicitation Number: 70Z08026QAG054
  • NAICS Code: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance)
  • Contract Type: Firm Fixed-Price (FFP) for equipment and labor, including estimated repair costs.
  • Set-Aside: None specified, but HUBZone Small Business Concerns will receive a price evaluation preference (FAR 52.219-4).
  • Delivery: F.O.B. Destination to USCG SFLC, Receiving Room, Bldg. #88A, 2401 Hawkins Point Road, Baltimore, MD 21226. Deliveries are Monday through Friday, 7:00 am to 1:00 pm.
  • Inspection & Acceptance: At destination, after verification of preservation, packaging, marking, and no transit damage.
  • Warranty: Standard Manufacturer's Warranty or a "system stock" item warranty for 90 days after installation, with a guarantee against defects for up to two (2) years after delivery.

Evaluation and Submission

Award will be made to the lowest-priced technically acceptable offeror. Quotes must be "all-or-nothing" for the entire requirement; multiple awards will not be made. The total evaluated price will be based on CLINs 0001 and 0002. CLIN 0002 (repair) may be exercised at contract award, with the final repair cost based on negotiated hours and rates after the vendor's inspection report is approved by the Contracting Officer. Offerors must provide a total firm fixed price, a composite hourly labor rate, a material percentage, and an estimated repair schedule.

Vendors must be registered in SAM.gov prior to quote submittal. Offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services, or ensure this information is current in SAM.gov. Electronic payment will be processed via the Invoice Processing Platform (IPP).

Key Dates

  • Quotes Due: January 27, 2026, 2 PM ET
  • Published Date: January 20, 2026

Contact

People

Points of Contact

Eric GoldsteinPRIMARY

Files

Files

Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Jan 20, 2026
Open, Inspect and Report MOTOR, ALTERNATING CURRENT | GovScope