Active Solicitation · DEPARTMENT OF HOMELAND SECURITY

    CGC JAMES GENERATOR ALIGNMENTS AND LOADBANKINGS

    Sol. 70Z08526Q0024400Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)ALAMEDA, CA
    Open · 3d remaining
    DAYS TO CLOSE
    3
    closes Apr 26, 2026
    POSTED
    Apr 16, 2026
    Publication date
    NAICS CODE
    811310
    Primary industry classification
    PSC CODE
    J061
    Product & service classification

    AI Summary

    The U.S. Coast Guard is seeking a contractor for generator alignment and load banking services at FLETC Base Charleston from May 5 to May 14, 2026. This is a firm-fixed-price contract under NAICS code 811310, focusing on inspection, maintenance, and repair tasks. Offerors must demonstrate technical capability and relevant experience in their proposals.

    Contract details

    Solicitation No.
    70Z08526Q0024400
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    April 16, 2026
    Response Deadline
    April 26, 2026
    NAICS Code
    811310AI guide
    PSC / Class Code
    J061
    Sub-Agency
    US COAST GUARD
    Primary Contact
    DONNA O'NEAL
    State
    CA
    ZIP Code
    94501
    AI Product/Service
    service

    Description

    The United States Coast Guard Deputy Commandant for Systems (DCS) is issuing this combined synopsis/solicitation on behalf of the Surface Forces Logistics Center (SFLC) to award a firm-fixed-price contract for the services described below. This announcement constitutes the only solicitation.

    This requirement consists of providing pinning and alignment, cleaning of the coolers, and load banking   in support of 02 SSDG’s. The contractor will perform services that include, but are not limited to, 3 high-level tasks such as inspection, maintenance, and repair. The contractor will perform all work at FLETC Base Charleston, North Charleston SC.

    The period of performance runs from 05MAY2026 through 14MAY 2026.

    This acquisition is a total small business set-aside under NAICS code 811310, with a corresponding small business size standard of $12.5 million in average annual sales. The applicable Product Service Code (PSC) is J061.

    The Government will award to the responsible offeror whose offer represents the best value to the Government, considering price and non-price factors. Non-price factors include technical capability and past performance, including the offeror’s demonstrated ability to successfully perform similar requirements.

    The Government will evaluate past performance using information from the Contractor Performance Assessment Reporting System (CPARS), other Government records, and information provided by the offeror. The Government will not evaluate the absence of relevant past performance favorably or unfavorably.

    Offerors are encouraged to submit a narrative quotation describing their understanding of the requirement and their approach to performing the services described in the statement of work. The quotation should provide sufficient detail to allow the Government to evaluate technical capability, relevant experience, and any proposed use of subcontractors.

    The Government will also evaluate the offeror’s proposed subcontracting approach, including the offeror’s ability to manage subcontracted effort and comply with all contract requirements.

    Offerors shall identify any subcontractors proposed to perform major or critical aspects of the work under this contract. For each such subcontractor, the offeror shall provide the subcontractor’s name, address, UEI, and a brief summary of relevant experience and past performance related to the proposed work. The Government will evaluate the qualifications and past performance of the prime offeror and any identified subcontractors as part of the overall evaluation of the offeror’s ability to successfully perform the requirement.

    Submit offers electronically via email to the points of contact identified in this notice. The Government does not prescribe a specific proposal format. Offerors must submit a quotation that clearly demonstrates the ability to meet the requirements of the statement of work. Submissions must be complete, clear, and presented in a format that allows effective evaluation by the Government.

    Submit offers on a firm-fixed-price basis. Prices must be all-inclusive and must cover all costs associated with contract performance, including but not limited to labor, materials, overhead, profit, duties, tariffs, fees, and any other costs. The Government may consider offers nonresponsive if they include conditional pricing, price escalation language, or statements indicating that prices are subject to adjustment based on future costs or fees.

    The Government intends to evaluate offers and make award without discussions; therefore, offerors should submit their best offer with initial submission.

    Submit all questions via email to the points of contact (POC) identified in this notice. The Government will not accept telephone inquiries.

    Key dates

    1. April 16, 2026Posted Date
    2. April 26, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    CGC JAMES GENERATOR ALIGNMENTS AND LOADBANKINGS is a federal acquisition solicitation issued by DEPARTMENT OF HOMELAND SECURITY. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.