PLATE
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 is requesting quotations for 220 PLATE units (P/N 0002036946 / 000 203 69 46 /87) manufactured by Rolls-Royce Solutions GmbH. This is a Combined Synopsis/Solicitation for a commercial item, with award intended as a Firm Fixed Price contract on an all or none basis. Quotations are due February 19, 2026, at 9:00 AM Eastern Standard Time.
Scope of Work
The requirement is for 220 PLATE units, identified by NSN 2930 12-344-7122 and manufacturer part number 0002036946 (updated to 000 203 69 46 /87) from Rolls-Royce Solutions GmbH. Bidders must supply the brand name part or an "equal" product that meets specified salient physical, functional, or performance characteristics, subject to USCG approval.
Packaging Requirements
Each item must be individually packaged in accordance with MIL-STD-2073-1E Method 10, cushioned to prevent movement and protect from external force damage. Each package must then be placed in an appropriately sized ASTM-D5118 double-wall fiberboard box. Marking must comply with MIL-STD-129R, with bar coding per ISO/IEC-16388-2007, Code 39 Symbology. Failure to meet these strict packaging, packing, marking, and bar-coding requirements will result in rejection and return of items. Offerors must explicitly state their ability to meet these requirements in their quote.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 333998 (Other Commercial and Service Industry Machinery Manufacturing)
- Size Standard: 500 employees
- Award Basis: Lowest Price Technically Acceptable (LPTA), all or none
- Quotations Due: February 19, 2026, 9:00 AM EST
- Published Date: February 12, 2026
Submission Requirements & Evaluation
Offerors must submit quotations via email to Eric.I.Goldstein@uscg.mil. Companies must have valid DUNS numbers and be registered in SAM.gov, providing their Tax Information Number (TIN) with their offer. Submissions must include a completed FAR 52.212-3, Offeror Representations and Certifications—Commercial Items, and a disclosure regarding inverted domestic corporation status. Award will be made to the responsible offeror whose quote is most advantageous to the Government, based on LPTA criteria.
Applicable FAR Clauses
The solicitation incorporates several FAR clauses, including 52.212-1 (Instructions to Offerors), 52.212-3 (Offeror Representations and Certifications), 52.212-4 (Contract Terms and Conditions), and 52.212-5 (Contract Terms & Conditions Required to Implement Statutes or Executive Orders). Offerors are advised to review all applicable clauses, which can be obtained electronically at www.arnet.gov.