FUEL INJECTOR
ID: 70Z04024Q50513B00Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 3(00040)BALTIMORE, MD, 21226, USA

NAICS

Ship Building and Repairing (336611)

PSC

ENGINE FUEL SYSTEM COMPONENTS, NONAIRCRAFT (2910)

Set Aside

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

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of ten fuel injector assemblies, which are critical components for the Coast Guard’s LRI-2 vessel. The procurement is a total small business set-aside under NAICS code 336611, and the items must be sourced exclusively from Cummins Inc. due to the proprietary nature of the injector assemblies, as outlined in a justification for other than full and open competition. This acquisition is essential for maintaining operational safety, with a budget of $15,648.20, and quotes are due by September 9, 2024, at 12:00 PM Eastern Daylight Time. Interested vendors should direct inquiries and submit proposals to Yannick Kassi at Yannick.A.Kassi@uscg.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Justification for Other Than Full and Open Competition for purchasing ten Injector Assemblies for the Coast Guard’s LRI-2 vessel, asserting that these parts can only be sourced from one specific provider—Cummins Inc. The justification cites 10 U.S.C. § 3204(a)(1), emphasizing that no other supplies will satisfy the agency's requirements due to the proprietary nature of the injector assemblies. The technical data for these components is controlled by Cummins, which possesses the necessary drawings and specifications. The failure of such critical components could result in significant operational hazards. Market research was conducted through various platforms, but no alternatives were found, confirming Cummins as the unique source. Efforts to enhance competition in future acquisitions will include ongoing market research to identify potential suppliers capable of providing the necessary technical information. The stated budget for this acquisition is $15,648.20. This document reflects procedural compliance within federal procurement, highlighting the importance of justifications when limiting competitive bidding to ensure accountability and efficacy within government spending. Overall, the justification underscores the essential nature of sole-source procurement in maintaining operational safety for the Coast Guard.
    The document is a justification for a sole source acquisition, detailing why only one vendor, Cummins Inc., can supply the Injector Assembly, a critical component for the LRI-2 vessel's fuel system. The contracting officer, citing 10 U.S.C. § 3204(a)(1), establishes that no alternatives will meet the government’s requirements, emphasizing the assembly's unique characteristics and the potential operational hazards of failure. Efforts for market research included internet searches and reviewing past purchases, yet only Cummins possesses the proprietary technical data necessary for production, which was not acquired by the U.S. Coast Guard. The document also outlines future steps to broaden competition by further market research to identify additional vendors who can provide the needed technical information. The summary concludes with the signatory details of both the customer and contracting officer, reinforcing the official nature of the document as part of federal procurement processes.
    Lifecycle
    Title
    Type
    FUEL INJECTOR
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    CYLINDER- HEAD, DIESEL ENGINE
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Surface Forces Logistics Center (SFLC), is seeking quotes for the procurement of diesel engine components, including 16 cylinder heads and 2 parts kits, from Caterpillar Defense. This unrestricted Request for Quote (RFQ) 70Z08526Q30007B00 requires vendors to provide brand-name items, with no substitutions permitted without prior approval from USCG technical experts. The components are critical for maintaining the operational readiness of Coast Guard vessels, and the selected vendor must ensure delivery by January 8, 2026, with quotes due by December 22, 2025, at 12 PM EST. Interested vendors must be registered in SAM.gov and include shipping costs to Baltimore, MD, with payments processed through IPP.gov on a NET 30 basis. For further inquiries, contact Gina Baran at gina.m.baran@uscg.mil or call 571-610-0488.
    PARTS KIT SEAL REPLACEMENT
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a Parts Kit Seal Replacement, which includes a Servo Box Repair Kit essential for the maintenance of 210 A Class vessels. The procurement requires three kits from Propulsion Systems Inc, with strict adherence to packaging, marking, and delivery requirements to ensure compliance and prevent damage during transit. This opportunity is critical for maintaining the operational readiness of the Coast Guard's fleet, and interested vendors must submit their quotes by November 21, 2025, at 10:00 AM EST, while ensuring they meet all specified requirements, including registration with the System for Award Management (SAM). For inquiries, vendors can contact Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL.
    MTU QL3 PARTS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of genuine MTU QL3 parts through a combined synopsis/solicitation process. The requirement includes a variety of OEM-certified components such as O-rings, gaskets, filters, and other essential engine parts, which must be delivered to the Coast Guard Yard in Baltimore, MD, by February 1, 2026. This procurement is critical for maintaining the operational readiness of the Coast Guard's fleet, ensuring that all parts meet stringent quality and labeling standards. Interested vendors must submit their quotations by the specified deadline and ensure they are registered in SAM.gov, with all deliveries required to be made by January 20, 2026. For further inquiries, vendors can contact Erica Gibbs at ERICA.L.GIBBS@USCG.MIL or by phone at 206-815-5371.
    open inspect and report CORE ASSEMBLY,FLUID
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to perform the opening, inspection, reporting, and overhaul of two Core Assembly Fluid units, identified by stock number 4420-01-496-9702 and part number N03877. The procurement requires the use of genuine parts from American Precision Industries Inc. and mandates a thorough refurbishment process to restore the units to their original operating specifications, including pressure and production tests to ensure performance. Interested vendors must submit their quotes by November 24, 2025, to Eric Goldstein at Eric.I.Goldstein@uscg.mil, with the total estimated cost for the overhaul not to exceed $21,080, and compliance with various federal regulations and certifications is required.
    29--INJECTOR,FUEL
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of fuel injectors under solicitation number NSN 2910009183051. The contract will involve a total quantity of 279 units, with a guaranteed minimum of 41 units, and is expected to result in an Indefinite Delivery Contract (IDC) with a term of one year or until the total orders reach $350,000. These fuel injectors are critical components in aircraft engine systems, and the items must conform to specific source-controlled drawings and military specifications. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the DLA via email at DibbsBSM@dla.mil. The deadline for quote submission and further details can be accessed through the DLA's solicitation portal.
    ACTUATOR,GOVERNOR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotations for the inspection, repair, and potential overhaul of a Woodward Inc. engine generator regulator used on the CGC Polar Star. Bidders are required to submit a firm fixed price quote that includes inspection fees and shipping, adhering to OEM procedures and quality assurance standards, with the contract awarded to the lowest-priced, technically acceptable offeror. This procurement is critical for maintaining the operational readiness of the Coast Guard's fleet, ensuring that essential equipment is functioning reliably. Quotes are due by December 19, 2026, at 11:00 am EST, and interested parties should direct any questions to Stephanie Garity at stephanie.a.garity@uscg.mil by December 19, 2025.
    COUPLING,SHAFT
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide two hydraulic couplings under Request for Quote 70Z08526Q30006B00. The procurement requires the couplings to meet specific Coast Guard manufacturing standards and be delivered by January 16, 2026, with quotes due by December 16, 2025, at 12 PM EST. These hydraulic couplings are critical components for the Coast Guard's operational equipment, ensuring reliability and performance in various maritime applications. Interested vendors must be registered in SAM.gov, adhere to strict quality assurance protocols, and submit invoices via IPP.gov, with shipping to Baltimore, MD, included in the total price.
    FLEXIBLE COUPLING
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of flexible couplings and drive shaft kits essential for the maintenance of 45’ RBM assets. The solicitation, identified by number 70Z04026Q50472B00, emphasizes the need for specific brand-name components due to their unique compatibility requirements, as indicated by the Justification for Other Than Full and Open Competition. The selected vendor will be responsible for delivering 50 flexible couplings and 20 drive shaft kits, with a required delivery date on or before March 8, 2026, to the Coast Guard's Surface Forces Logistics Center in Baltimore, Maryland. Interested vendors must ensure they are registered in SAM.gov and submit their quotations to Yannick Kassi by September 5, 2025, to be considered for this opportunity.
    Brand Name; Pump, Axial Pistons
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of six brand-name Axial Piston Pumps, as part of a combined synopsis/solicitation. The requirement includes opening, inspecting, reporting, and potentially overhauling the specified pumps, which are critical for various operational applications within the Coast Guard's logistics framework. Interested vendors must ensure compliance with strict packaging and marking requirements, as well as provide a firm fixed price for the services, with delivery to be made to the Coast Guard's facility in Baltimore, MD. Quotations are due by December 18, 2024, at 11:00 AM EST, and should be submitted via email to Chad Ball at chad.a.ball@uscg.mil.
    PARTS KIT, BEARING REPLACEMENT
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a Parts Kit for Bearing Replacement, essential for maintaining the operational readiness of its vessels. This procurement involves a requirement for 32 units of a specific parts kit manufactured by Duramax Marine LLC, which includes various components necessary for the propulsion shaft bearing assemblies. The Coast Guard emphasizes that all items must meet stringent quality assurance standards and packaging requirements, ensuring compliance with manufacturer specifications and federal regulations. Interested vendors must submit their quotations to Eric Goldstein via email by December 16, 2025, at 9:00 AM EST, and must be registered in the System for Award Management (SAM) with a valid DUNS number.