open inspect and report STRAINER SEDIMENT

SOL #: 70Z08026QCV120Combined 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

All Other Miscellaneous General Purpose Machinery Manufacturing (333998)

PSC

Hose, Pipe, Tube, Lubrication, And Railing Fittings (4730)

Set Aside

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

Timeline

1
Posted
Apr 22, 2026
2
Submission Deadline
Apr 26, 2026, 1:00 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 soliciting quotes for the open, inspection, reporting, and overhaul/repair of five Sediment Strainers (NSN: 4730-01-670-7210) for 154' WPC Vessels. This is a Total Small Business Set-Aside. Quotes are due by November 24, 2025, at 9 AM Eastern Daylight Savings Time (DST).

Scope of Work

The requirement involves the overhaul of five (5) Sediment Strainers (MFG: EATON FILTRATION LLC, PART_NBR: ST053030BF1122-S389671/4-620587) to a serviceable "A" condition, meeting OEM specifications. Key tasks include:

  • Disassembly and Inspection: Thorough cleaning, inspection, and submission of a detailed report and repair plan, including estimated material, labor, testing, preservation, packaging, and crate repair costs. Coast Guard approval via contract modification is required before repair work begins.
  • Overhaul and Parts: Restoration to a condition equal to new, using only new OEM replacement parts. Reclaimed, recycled, or aftermarket parts are not acceptable. Substitute parts are not permitted.
  • Testing and Quality: Performance of standard production tests and inspections to ensure maximum design performance, with certifications required. Measuring devices and test equipment must be calibrated to national standards.
  • Finishing: Surfaces must be prepared and coated according to manufacturer requirements, matching original finish color.
  • Preservation and Packaging: Application of a preservative for a minimum of two years. Each strainer must be individually packaged in a skid-mounted wooden crate for protection during storage and shipment.
  • Delivery: F.O.B. Destination to the United States Coast Guard (SFLC), Receiving Room, Bldg. #88A, 2401 Hawkins Point Road, Baltimore, MD 21226, Monday through Friday, 7:00 AM to 1:00 PM. Acceptance will occur at destination after verification of preservation, packaging, marking, and no transit damage.

Contract Details

  • Type: Combined Synopsis/Solicitation (RFQ) for commercial items.
  • NAICS: 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance).
  • Set-Aside: Total Small Business.
  • Payment: Electronic submission via the Invoice Processing Platform (IPP).
  • Applicable Clauses: Includes FAR 52.212-4, HSAR 3052.212-70, and various clauses from FAR 52.212-5, such as 52.219-4 (HUBZone Price Evaluation Preference), 52.219-6 (Total Small Business Set-Aside), 52.219-13 (Set-Aside of Orders), 52.222-21 (Prohibition of Segregated Facilities), 52.222-26 (Equal Opportunity), 52.222-36 (Equal Opportunity for Workers with Disabilities), 52.222-50 (Combating Trafficking in Persons), 52.225-13 (Restrictions on Certain Foreign Purchases), 52.226-8 (Encouraging Contractor Policies to Ban Text Messaging While Driving), 52.232-33 (Payment by Electronic Funds Transfer-SAM), 52.222-41 (Service Contract Labor Standards), and 52.222-42 (Statement of Equivalent Rates for Federal Hires).

Submission & Evaluation

  • Quote Requirement: Vendors must provide an all-or-nothing, total firm fixed price quote for all necessary equipment and labor, including estimated repair costs, a loaded composite hourly rate, and a material percentage for shipping/handling. An estimated schedule for repair is also required.
  • Award Basis: Award will be made to the lowest price technically acceptable offeror.
  • Registration: Offerors must be registered in SAM.gov prior to quote submittal. FAPIIS records will be reviewed.
  • Representations & Certifications: A completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, must be included with the offer, or ensure information is current in SAM.gov.

Additional Notes

The USCG does not own proprietary data for these parts and cannot provide drawings or specifications.

People

Points of Contact

Eric GoldsteinPRIMARY

Files

Files

Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Apr 22, 2026
open inspect and report STRAINER SEDIMENT | GovScope