WINCH, MAIN FALL

SOL #: 70Z08526Q40064B00Solicitation

Overview

Buyer

Homeland Security
Us Coast Guard
SFLC PROCUREMENT BRANCH 2(00085)
ALAMEDA, CA, 94501, United States

Place of Performance

Curtis Bay, MD

NAICS

Overhead Traveling Crane (333923)

PSC

Winches, Hoists, Cranes, And Derricks (3950)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 19, 2026
2
Submission Deadline
Mar 6, 2026, 6:00 PM

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), under the Department of Homeland Security, has issued a Solicitation for the procurement of two (2) WINCH, MAIN FALL units (NSN: 3950-01-671-2105, Part #: AMD-2767). This opportunity is designated as a Total Small Business Set-Aside. Quotes are due by March 6, 2026, at 6:00 PM EST.

Scope of Work

This requirement is for two (2) NEW APPLETON MARINE MAIN FALL WINCHES for a 175 WLM. No substitutions are authorized without prior approval from USCG SFLC Technical Experts. Key requirements include:

  • Item: WINCH, MAIN FALL (NSN: 3950-01-671-2105, Part #: AMD-2767)
  • Quantity: 2 Each
  • Preservation, Packaging & Marking: Must comply with MIL-STD-2073-1E, Method 10, using cushioning, blocking, and bracing inside a Type V, Style B covered crate. Marking must conform to MIL-STD-129R, with barcoding per ISO/IEC-16388-2007, Code 39 Symbology.
  • Quality Assurance: The contractor must notify the Contracting Officer seven (7) calendar days prior to any QA inspections or testing.

Contract & Timeline

  • Contract Type: Firm Fixed Price Purchase Order.
  • Payment Terms: NET 30, in accordance with FAR 52.232-25 Prompt Payment.
  • Response Date: March 6, 2026, 6:00 PM EST.
  • Published Date: February 19, 2026.
  • Place of Performance/Delivery: USCG CENTER, 2401 HAWKINS POINT ROAD, BALTIMORE, MD 21226. Deliveries are Monday-Friday, 8 am to 3 pm. FOB DESTINATION is required.

Submission & Evaluation

This is a combined synopsis/solicitation issued under FAR Part 12 (Acquisition of Commercial Products and Commercial Services). All responsible sources may submit a quotation. Key submission details:

  • Registration: Vendor must have an active registration in SAM.Gov prior to award (FAR 52.204-7).
  • Pricing: Total cost must include delivery and any freight charges to zip code 21226.
  • Invoicing: Must be processed through https://www.ipp.gov as non-PO invoices for SFLC Baltimore awards.
  • Evaluation: References FAR 52.212-1 (Instructions to Offerors) and FAR 52.212-2 (Evaluation – Commercial Items), which will govern proposal submission and evaluation processes.

Eligibility / Set-Aside

This is a Total Small Business Set-Aside (FAR 19.5). Bidders should review relevant FAR clauses such as 52.219-6 (Notice of Total Small Business Set-Aside) and others related to small business concerns to determine applicability.

Additional Notes

Bidders are advised to access the full text of all referenced FAR clauses at https://www.acquisition.gov/browse/index/far. The primary point of contact for this solicitation is Jonathan Morris.

People

Points of Contact

Files

Files

Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Feb 19, 2026
WINCH, MAIN FALL | GovScope