Open, Inspect, Report and Overhaul Hydraulic Cylinder

SOL #: 70Z08026QCV075Combined 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 (811310)

PSC

Miscellaneous Power Transmission Equipment (3040)

Set Aside

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

Timeline

1
Posted
Feb 18, 2026
2
Submission Deadline
Feb 25, 2026, 3:00 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 United States Coast Guard (USCG) Surface Forces Logistics Center (SFLC) is seeking quotations for the Open, Inspect, Report, and possible Overhaul of seven (7) Hydraulic Cylinders (NSN: 3040-20-007-9327, PN: 3923-5100, MFG: Jastram Engineering Ltd). This requirement is a Total Small Business Set-Aside and will result in a competitive price purchase order. Quotes are due by February 25, 2026, at 10:00 AM Eastern Daylight Savings Time (DST).

Scope of Work

The contractor will be responsible for disassembling, cleaning, and inspecting the specified Hydraulic Cylinder Assemblies to determine their overall condition and estimate overhaul costs. A detailed report and repair plan, including material, labor, testing, coating, preservation, packaging, and crate repair/replacement costs, must be submitted for Coast Guard Contracting Officer approval. The primary objective is to overhaul the Cylinder Assemblies to a serviceable "A" Condition, restoring them to original design and technical specifications. All replacements must use new OEM parts, or parts of equal quality if not OEM. A Cylinder Boot replacement is required with each repair, if applicable. These parts are critical for the USCG Medium Endurance Product Line, and substitute parts are not acceptable. The USCG does not possess proprietary data, drawings, or schematics for these parts.

Performance Standards & Deliverables

Overhauled assemblies must meet original design and technical specifications, including rigorous testing for leaks, static pressure (3000 psi for 5 minutes), internal bypass leakage, and stroke length verification (nominal 16"). Certifications of successful tests and inspections are required. Coating must adhere to manufacturer and OEM specifications. All tools and equipment used for calibration must be traceable to NIST. A standard manufacturer's warranty, guaranteeing against defects for up to two years post-delivery, is expected. Items must be preserved to prevent rust/corrosion for a minimum of two years and individually packed in skid-mounted, marked wooden crates capable of protecting them during storage and shipment.

Contract Details

This is a combined synopsis/solicitation (RFQ) issued under NAICS 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance) and PSC 3040 (Miscellaneous Power Transmission Equipment). Delivery is required by September 25, 2026, F.O.B. Destination to the USCG SFLC Receiving Room in Baltimore, MD. Inspection and acceptance will occur at destination. Payment requests must be submitted electronically via the Invoice Processing Platform (IPP).

Set-Aside & Eligibility

This opportunity is a Total Small Business Set-Aside (FAR 52.219-6). Offerors must be registered in SAM.gov prior to quote submittal. The USCG will review each offeror's FAPIIS record, and award will not be made to any offeror with adverse financial information or exclusions.

Evaluation & Award

Award will be made to the lowest price technically acceptable offeror. Vendors must provide an all-or-nothing quote for all seven items, including separate costs for inspection (per each) and a total firm fixed repair price (per each), covering all necessary equipment and shipping.

Submission Requirements & Contact

Offerors must include a completed copy of FAR 52.212-3, "Offeror Representations and Certifications—Commercial Products and Commercial Services," or ensure their SAM.gov record is current. All questions and quotes must be submitted in writing to Donna Scandaliato at Donna.M.Scandaliato@uscg.mil. Questions Due: February 25, 2026. Quotes Due: February 25, 2026, 10:00 AM EDT.

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 18, 2026
Open, Inspect, Report and Overhaul Hydraulic Cylinder | GovScope