Open, Inspect, Report Blade and Fork Power Pack Kits
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) is seeking quotations for the Open, Inspect, Report, and Possible Overhaul of EMD Blade and Fork Power Pack Kits for EMD 8-567-RC POST-FRAM Diesel Engines. This requirement is a Total Small Business Set-Aside and mandates the use of genuine Marine Systems Inc OEM parts and authorized service providers. Quotes are due by February 5, 2026, at 11:00 AM EST.
Scope of Work
The contractor will be responsible for opening, inspecting, reporting on, and potentially overhauling specific EMD Blade and Fork Power Pack Kits. This includes:
- Item 1: 9 units of NSN 2815-01-423-4546, PN 40111777 (Marine Systems) - Fork Power Pack Kits.
- Item 2: 8 units of NSN 2815-01-423-4752, PN 40111778 (Marine Systems) - Blade Power Pack Kits.
- All repairs must use genuine Marine Systems Inc OEM parts and be performed by authorized service providers, with written documentation of authorization required.
- The SOW specifies detailed features for the EMD Power Pack Kit, including a Diamond 6 cylinder head, laser hardened upper bore liner, and tin-plated piston skirt.
- Quality Assurance: Contractor must validate material, visually inspect for damage, notify USCG SFLC of discrepancies within 3 days of receipt, conduct annual audits, and allow on-site inspections. Records of inspections and tests must be maintained.
- Packaging & Marking: Items must be individually packaged, preserved for a minimum of two years, and marked per Overhaul Description. Each kit must be in an EMD metal reusable shipping container, secured to a skid-mounted base, and stenciled with specific information.
- Delivery: F.O.B. Destination to USCG SFLC, Receiving Room, Bldg. #88, 2401 Hawkins Point Road, Baltimore, MD 21226. Deliveries are Monday-Friday, 7:00 AM - 1:00 PM.
- Warranty: Standard manufacturer's warranty and a guarantee against defects for up to two years post-delivery.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (RFQ) for commercial items, Firm Fixed-Price.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5) under NAICS 811310 (Diesel Engines And Components).
- Response Due: February 5, 2026, 11:00 AM EST.
- Published: January 22, 2026.
- Solicitation Number: 70Z08526Q39004B00.
Evaluation
Award will be made to the lowest price offeror deemed technically acceptable. Vendors must provide an all-or-nothing quote including inspection costs and shipping. Each offeror's SAM record will be reviewed for adverse financial information or exclusions.
Additional Notes
- This acquisition is conducted under the Simplified Acquisition Threshold (SAT) in accordance with FAR 13.106-1(b)(1) due to brand name justification.
- Vendors must be registered in SAM.gov prior to quote submittal and include a completed copy of FAR 52.212-3 (Offeror Representations and Certifications) if not already in SAM.
- Electronic submission of payment requests via the Invoice Processing Platform (IPP) is required.
- Quotes shall be emailed to chad.a.ball@uscg.mil.