RUBRAIL
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 (USCG) Surface Forces Logistics Center (SFLC), under the Department of Homeland Security, is seeking quotations for the procurement of RUBRAIL (NSN 2040-01-642-3078). This is a combined synopsis/solicitation for commercial items, with the intent to award a Firm Fixed Price Purchase Order. The requirement is for 2000 feet of DB 50 Black Tapered D Rubrail, P/N 802005001-40, manufactured by DURAMAX MARINE LLC. Quotes are due by May 18, 2026, at 4:00 PM ET.
Scope of Work
The opportunity requires the supply of 2000 feet of RUBRAIL, specifically DB 50 Black Tapered D with Key Bore, 40 feet long sections, Part Number 802005001-40, NSN 2040-01-642-3078, from DURAMAX MARINE LLC.
- Packaging: Must comply with MILSTD-2073-1E Method 10, including cushioning, dunnage, blocking, and bracing. Marking IAW MIL-STD-129R and barcoded IAW ISO/IEC-16388-2007, Code 39 Symbology.
- Delivery: Required by April 13, 2026, FOB Destination, to the U.S. Coast Guard Surface Forces Logistics Center, 2401 Hawkins Point Road, Receiving Room- BLDG 88, Baltimore, MD, 21226. Deliveries are accepted Monday-Friday, 7:00 AM to 1:00 PM.
- Substitutions: Any proposed substitutions must be accompanied by a Specification Sheet for evaluation.
Contract & Timeline
- Contract Type: Firm Fixed Price Purchase Order.
- Solicitation Number: 2126406B27DSCF018.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Response Due: May 18, 2026, 4:00 PM ET.
- Published Date: May 01, 2026.
- Place of Performance: Curtis Bay, MD 21226, United States.
Evaluation
Award will be made on a Best Value basis, considering the completeness of the requirement, adherence to the specified timeframe, and price.
Additional Notes
This announcement serves as the only solicitation; a separate written solicitation will not be issued. Vendors must submit a quotation. All incorporated provisions and clauses are current through FAC 2024-05 (dated May 22, 2024). Invoicing must be processed through https://www.ipp.gov, including specific PO details and separate line items for shipping costs. Vendors must have an active SAM.gov registration or provide proof of submission for registration. Relevant FAR Clauses include 52.204-24, 52.204-26, 52.212-1, 52.212-3, 52.204-23, 52.204-25, and 52.212-5.