Open, Inspect; Cylinder Assembly
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 (USCG SFLC) is soliciting quotes for the Open, Inspection, Report, and Overhaul of six Appleton Marine Inc. Cylinder Assemblies (PN: YMD-12188, NSN: 2530-01-661-3100). This requirement is a Total Small Business Set-Aside and mandates the use of genuine Appleton Marine Inc. OEM parts and authorized service providers. Quotes are due by February 10, 2026, at 11:00 am EST.
Scope of Work
The contractor will be responsible for the complete overhaul process, including receipt, disassembly, inspection, repair, reassembly, testing, preservation, packaging, packing, and marking of the cylinders. These cylinders are used on 418 ft U.S. Coast Guard Cutters. Key requirements include:
- Utilizing only genuine Appleton Marine Inc. OEM parts.
- Operating as an authorized Appleton Marine Inc. repair facility, with written documentation required.
- Submitting a Receiving Inspection Report within three days of receipt.
- Providing a Condition Found Report (CFR) and detailed cost estimates for review and approval before commencing repairs.
- Adhering to specific performance standards, including returning units to a "like new" condition, meeting IEEE 43 standards for winding resistance, and NEMA MG1-2011 for motor balancing.
- Allowing USCG Quality Assurance Representatives (QAR) to witness testing of overhauled cylinders.
- Complying with detailed preservation, packing, marking, and barcoding requirements.
- Ensuring proper disposal of hazardous waste.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (Request for Quotation - RFQ).
- Acquisition Method: Simplified Acquisition Threshold (SAT) in accordance with FAR 13.106-1(b)(1) due to brand name justification.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS: 336611 (Ship Building and Repairing).
- Product Service Code: J020 (Maintenance, Repair And Rebuilding Of Equipment: Ship And Marine Equipment).
- Contract Type: Firm Fixed Price, single award, all-or-nothing quote.
- Delivery: F.O.B. Destination to USCG SFLC, Receiving Room, Bldg. #88, 2401 Hawkins Point Road, Baltimore, MD 21226. Shipping costs must be included in the repair price.
Evaluation and Submission
Award will be made to the lowest price technically acceptable offeror. Offerors must be registered in SAM.gov prior to quote submittal and include a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, if not already in SAM.gov. Quotes must be emailed to the Contracting Officer.
Key Dates
- Published Date: January 29, 2026
- Quote Due Date: February 10, 2026, 11:00 am EST
Contact Information
- Contracting Officer: Chad Ball
- Email: chad.a.ball@uscg.mil
- Phone: 571-607-2534