WMEC-270 OEM CPP FILTRATION SYSTEM REPLACE
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) is soliciting quotes for the replacement of WMEC-270 OEM CPP Filtration System components. This requirement is brand-name only for Parker Hannifin products and services, supported by a Justification and Approval (J&A). This is a Total Small Business Set-Aside. Quotes are due by April 10, 2026, at 9 A.M. EST.
Scope of Work
The contractor shall provide specific Parker Hannifin parts for the differential relief valve and CPP filter system, as detailed in the Statement of Work (SOW). This includes the purchase and shipment of various components such as in-line duplex filters, special tube fittings, weld fittings, process fitting bodies, steel angles, pipe flanges, seal kits, split flange halves, screws, socket block connectors, check valves, and O-rings. These parts are required to replace obsolete components in the WMEC-270 CPP Filtration System, applicable to both A and B class vessels.
Contract & Timeline
- Contract Type: Firm-Fixed Price Purchase Order, utilizing Simplified Acquisition Procedures (FAR Part 13.5).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS: 336611 (Ship Building and Repairing), with a 1300-employee size standard.
- Place of Performance (Delivery): USCG Yard, 2401 Hawkins Point Rd, Baltimore, MD 21226.
- Required Delivery Period: November 1, 2026, to November 30, 2026.
- Quotes Due: April 10, 2026, 9 A.M. Eastern Standard Time.
- Published Date: April 3, 2026.
Key Requirements for Offerors
- Brand-Name Only: Only Parker Hannifin products or services are acceptable due to compatibility, standardization, and lifecycle support. Substitutions will not be considered.
- Authorized Source: Offerors must provide proof of authorized source status by submitting a valid Letter of Authorization (LOA) from Parker Hannifin, confirming their status as an authorized distributor, reseller, or service provider.
- Quote Content: Submissions must include product/service details, a Product Data Sheet, a detailed cost breakdown (including unit cost, extended price, total price, payment terms, and prompt payment discount), and warranty information.
- Registration: Vendors must be actively registered in the System for Award Management (SAM.gov) with a valid Unique Entity ID (UEI) and CAGE Code.
Evaluation & Award
Award will be made to the responsible contractor whose quote conforms to the solicitation and offers the best value to the Government, considering price and other factors. The USCG reserves the right to award on an "All or None" basis.
Submission Instructions
Email quotes to Ms. Nichole Cundiff at Nichole.A.Cundiff@uscg.mil, with a carbon copy to SKC Patricia Fremming at Patricia.M.Fremming@uscg.mil. All questions regarding the RFQ must be directed to Ms. Cundiff, also with a copy to SKC Fremming.