Overhaul of Pumps and Valves
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 (USCG) is conducting market research through a Sources Sought Notice to identify qualified firms capable of providing overhaul services for pumps and valves. This effort aims to determine potential sources that are either FAA Overhaul, OEM Certified, or DoD Certified Overhaul Facilities. Responses are crucial for the USCG's planning and will inform a potential future solicitation. Responses are due by May 26, 2026, at 12:00 PM EDT.
Purpose & Scope
This is a Sources Sought Notice for information and planning purposes only; it is not a solicitation or a request for proposals. The USCG seeks to identify sources with the capability to overhaul specific items listed in "Attachment 1 – List of Items". Contractors must possess the necessary certifications (FAA, OEM, or DoD/USCG Certified Overhaul Facility, as detailed in "Attachment 2 – Facility Definitions") and have access to the most current technical documents and manuals, as the USCG does not provide these. Alternate sources of overhaul will be considered.
Key Requirements & Information Requested
Respondents are asked to provide:
- Company Information: Name, address, CAGE code, point of contact.
- Facility Certification: Verification of FAA, OEM, or DoD/USCG Overhaul Facility certification, with supporting documentation as outlined in Attachment 2.
- Contract Term: Ability to support a base plus four option years (5 years) for overhaul services.
- Business Details: Business size (large/small), number of employees, NAICS code, and specific small business designations (emergent, disadvantaged, 8(a) certified, Hub Zone, Woman-Owned, Service-Disabled Veteran-Owned).
- Commercial Information: Estimated lead time, acceptable payment terms, quantity discounts, GSA schedule listing, and experience with other government agencies or civilian users.
- Contract Type: Recommendations for contract type (e.g., firm-fixed-price, cost-reimbursement, hybrid).
- Subcontracting: Indication of any subcontracting possibilities for manufacturing.
- General Feedback: Any additional comments or thoughts.
Submission Details
- Response Due: May 26, 2026, at 12:00 PM EDT.
- Submission Method: Email responses are preferred.
- Email Addresses: Kiley.E.Brown2@uscg.mil and D05-SMB-LRS-Procurement@uscg.mil.
- Subject Line: Please include the notice identifier 70Z03826IH0000029.
- Note: The USCG will acknowledge receipt and may provide feedback. A future solicitation, if pursued, will be published separately on SAM.gov.