Open, Inspect, Report of Circuit Breaker
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 United States Coast Guard Surface Forces Logistics Center (SFLC) is seeking quotations for the Open, Inspect, Report, and Possible Overhaul of one Siemens-Allis Inc. Circuit Breaker (NSN: 5925-01-421-8310, PN: RL-1600TSI(2T)-6 N.O.,6 N.C.). This acquisition is a Total Small Business Set-Aside and will be awarded as a Firm Fixed-Price contract to the lowest-priced, technically acceptable offeror. Quotes are due by March 27, 2026, at 11:00 AM EST.
Scope of Work
The contractor will perform comprehensive inspection, overhaul, and testing services to restore the circuit breaker to a condition equivalent to that of a new unit for SFLC stock replenishment. Key tasks include:
- Disassembly and thorough cleaning using manufacturer-approved solvents.
- Repair or replacement of worn or damaged parts exclusively with Original Equipment Manufacturer (OEM) parts.
- Detailed inspections of arc chutes, primary/secondary disconnects, electrical switches, solenoids, relays, wiring, and motors.
- Insulation resistance tests on control wiring and verification of spring charging motors.
- Full assembly, calibration, and testing of the overhauled circuit breaker.
- Preservation for a minimum of two years of warehouse storage.
Performance Standards
The overhaul must restore the circuit breaker to a "new" condition. All testing must be witnessed by a Coast Guard Quality Assurance Representative (QAR) and performed using contractor-supplied, calibrated test equipment traceable to National standards. Specific tests include mechanical operation, insulation resistance, pole resistance, overcurrent trips, and dielectric tests as per ANSI/NEMA AB4. A standard manufacturer's warranty applies, supplemented by a 90-day guarantee against defects leading to failure after installation, for up to two years post-delivery.
Contract Details
This is a Combined Synopsis/Solicitation (RFQ) issued under FAR Subpart 12.6, Solicitation Number 70Z08526Q49003B00. It is a Total Small Business Set-Aside. Award will be made to the lowest-priced, technically acceptable offeror based on an all-or-nothing quote. Payment requests will be submitted electronically via the Invoice Processing Platform (IPP). Delivery and acceptance are F.O.B. Destination to the USCG SFLC in Baltimore, MD.
Key Requirements
Offerors must provide a total firm fixed price, including an inspection fee and shipping costs. Substitute parts are not acceptable. Contractors must notify the Contracting Officer of any missing components or part number discrepancies and submit a detailed overhaul estimate for approval. Technicians performing work must be OEM-employed or NETA accredited. A documented Quality Control (QC) Program (ANSI/ASQ Q9001-2008) is required, and all items must be packaged and marked per military standards (MIL-STD-2073-1E, MIL-STD-129R). Vendors must be registered in SAM.gov.
Timeline & Submission
Quotes are due no later than March 27, 2026, by 11:00 AM EST. Submissions must be emailed to chad.a.ball@uscg.mil.