Rental of Blast Pots and Air Compressor w/Driers
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 U.S. Coast Guard, Surface Forces Logistics Center (SFLC) is soliciting quotes for the rental of blast pots and air compressors with driers to support blasting operations on a 154-foot vessel at the USCG Yard in Baltimore, MD. This is a Total Small Business Set-Aside opportunity. The agency intends to award a Firm Fixed Price Purchase Order based on a Best Value evaluation. Quotes are due by February 5, 2026, at 10:00 AM Eastern.
Scope of Work
The contractor will provide rental of specified blasting equipment for three consecutive weeks, scheduled between April 18, 2026, and May 9, 2026. The equipment is for blasting the entire exterior surfaces of a Coast Guard vessel. Key equipment requirements include:
- Two (2) 1800 CFM diesel-powered air compressors with driers, after cooler, and filter package (manufactured within 5 years).
- One (1) 160 cu. ft. media blast pot (8-ton capacity, 150 psi, cone bottom, Thompson Valve II, electric remote controls) (manufactured within 5 years).
- Three (3) 3-inch by 50-foot air hoses. The contractor is responsible for all maintenance and repairs during the rental period, including providing a mechanic within 8 hours of notice (7 days a week) and a replacement unit within 48 hours if a unit cannot be repaired. The SOW also includes options to extend the rental of air compressors and blast pots weekly.
Contract Details
- Contract Type: Firm Fixed Price Purchase Order.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Product Service Code: W020 (Lease Or Rental Of Equipment: Ship And Marine Equipment).
- Place of Performance: USCG Yard, 2401 Hawkins Point Road, Baltimore, MD 21226.
- Payment: Net 30 via Government Purchase Order, processed through IPP (https://www.ipp.gov). Vendor assumes financial responsibility until acceptance by USCG.
Evaluation and Award
Award will be made on a Best Value basis under FAR Part 13 (Simplified Acquisition Procedures). Evaluation criteria include meeting all technical requirements, adherence to deadlines, and price. Past performance will be reviewed for "responsibility" per FAR 9.1.
Submission Requirements & Key Dates
- Quotes Due: February 5, 2026, at 10:00 AM Eastern.
- Submission Method: Email quotes to SK2 Kenneth Palmer at kenneth.t.palmer@uscg.mil. The email subject line must include "70Z04026Q60369".
- Required Vendor Information: Entity Name, Unique Entity ID, Address, POC, Phone Number, and POC Email Address.
- Site Visit: If a site visit is required to bid, contact Jann Blevins at jann.a.blevins@uscg.mil to schedule.
- Invoicing: All invoicing will be through IPP. Vendors without an account should indicate this for setup.
Important Notes
This solicitation incorporates various FAR clauses, including those related to telecommunications equipment prohibitions (52.204-24, 52.204-26, 52.204-23, 52.204-25) and instructions to offerors (52.212-1). Bidders should also review the Service Contract Act Wage Determination (No. 2015-4265) for Maryland counties, as it specifies minimum wage rates and fringe benefits for occupations that may be involved in equipment maintenance and repair services. Contractor personnel require visitor passes and clearance, with a list provided 24 hours in advance.