Open, Inspect, Report on Luffing Cylinders
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 seeking quotations for the Open, Inspect, Report, and possible Overhaul of Luffing Cylinders. This is a Combined Synopsis/Solicitation (RFQ), issued as a Total Small Business Set-Aside under NAICS 336611. The requirement is for two (2) Luffing Cylinders (NSN: 2030-99-277-8702, PN: 5727-1201, MFG: Welin Lambie LTD). Quotes are due by February 20, 2026, at 11:00 AM EST.
Scope of Work
The contractor will be responsible for the receipt, inspection, overhaul, testing, preservation, packaging, packing, and marking (PPP&M) of the specified hydraulic cylinders. Key requirements include:
- Overhaul Process: Adherence to Original Equipment Manufacturer (OEM) procedures, specifications, and standard practices. This involves preliminary disassembly, inspection of barrels and rods for wear/damage, and mandatory replacement of seals, gaskets, O-rings, and fasteners. Substitute parts are not acceptable.
- Inspection & Reporting: Submission of a Condition Found Report (CFR) with a detailed cost estimate for contingency parts within ten (10) days of receiving each cylinder. Digital photo documentation is required at various stages.
- Testing: Overhauled cylinders must undergo leak tests (static and drift rate), operational tests, and stroke length tests. All test results must be documented.
- Preservation & Packaging: Cylinders must be preserved for long-term storage, packaged in wooden crates, and marked according to specified requirements, including bar coding.
- Quality Assurance: Contractors must maintain an inspection system compliant with ASQ Q9001-2008 and a test equipment calibration program compliant with ANSI/NCSL Z540.3-2006. A USCG Quality Assurance Representative will witness certain post-repair tests.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (RFQ) for commercial items, Firm Fixed Price.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS: 336611 (Ship and Boat Building).
- Delivery: F.O.B. Destination to USCG (SFLC), Receiving Room, Bldg. #88, 2401 Hawkins Point Road, Baltimore, MD 21226. Deliveries Mon-Fri, 7:00 AM to 1:00 PM.
- Quotes Due: February 20, 2026, 11:00 AM EST.
- Published: February 11, 2026.
Evaluation
Award will be made to the lowest-priced, technically acceptable offeror. Vendors must provide an all-or-nothing quote including inspection costs, firm fixed repair price, and shipping. Offerors must be registered in SAM.gov, and their record will be reviewed for adverse financial information or exclusions prior to award.
Submission & Contact
Quotes, including a completed FAR 52.212-3 (Offeror Representations and Certifications) if not in SAM.gov, must be emailed to Chad Ball at chad.a.ball@uscg.mil. Payment requests will be submitted electronically via the Invoice Processing Platform (IPP).