Opportunity

SAM #52000PR260023465

US Coast Guard Solicitation: Modular Protective Cover System for MK38 MOD 2/3 Machine Gun System

Buyer

USCG SFLCPB-3

Posted

April 06, 2026

Respond By

April 21, 2026

Identifier

52000PR260023465

NAICS

314910, 332994

The U.S. Coast Guard Surface Forces Logistics Center (SFLC) is seeking a contractor to design, engineer, and produce a modular protective cover system for the MK38 MOD 2/3 Machine Gun System. - Scope of Work: - Design and engineering of three distinct covers: Main Gun Assembly, Electro-Optical Sight (EOS), and MK52 7.62mm Coaxial Machine Gun (Coax MG) - Inclusion of a breathable storage bag with reinforced handles and heavy-duty zipper - Development of a project management plan and part numbering system for all components and kits - Fabrication of prototypes and production units using marine-grade materials meeting strict performance standards (puncture, abrasion, water resistance, UV, salt fog, thermal protection, etc.) - Delivery of: - One form-fit prototype for government evaluation - One final prototype for government testing and acceptance - Ten production kits (eight for systems without Coax MG, two for systems with Coax MG) - Requirements: - All covers and storage bags must be modular, durable, and environmentally resistant - 24-month warranty on all delivered items - No substitutions allowed; all items must meet specified requirements - Delivery Location: - USCG SFLC ORDSEC facility, 707 E. Ordnance Rd, Suite 410, Baltimore, MD 21226 - No OEMs or specific vendors are named in the solicitation

Description

Combined Synopsis/Solicitation for Commercial Items

Solicitation Number: 52000PR260023465 (Request For Quote - RFQ)

Please see attached for an easier to read version and the Statement of Work (SOW).

This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes only solicitation; quotes are being requested and a separate written solicitation will not be issued.

This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87, effective 7 March 2016.

It is anticipated that a competitive price purchase order shall be awarded as a result of this synopsis/solicitation. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency.

The U.S. Coast Guard, Surface Forces Logistics Center (SFLC) intends to award a Firm Fixed Price Purchase Order.

Set-Aside Information: This solicitation is: Total small business

Evaluation Criteria: Quotes will be evaluated by who can provide all the requested items, delivery time frame, and by price.

Point of Contact for Questions: For any questions regarding contracting please contact: Contracting Officer: Joshua Richardson Email: Joshua.C.Richardson2@uscg.mil For questions regarding technical aspects: COR: Andrew Chan Email: Andrew.Y.Chan@uscg.mil

Submission of Quotes: Quotes must be submitted via email to Joshua.C.Richardson2@uscg.mil. The subject line of the email should include the solicitation number: 52000PR260023465.

Required Delivery Date: Vendors should state their earliest possible delivery date in their quotation.

Item Requirements PLEASE QUOTE WITH DELIVERY TO ZIP CODE 21226 - NO SUBSTITUTIONS. Vendor shall provide: ALL ITEMS LISTED BELOW. NO SUBSTITUTIONS WILL BE AUTHORIZED WITHOUT APPROVAL FROM CONTRACTING OFFICER'S REPRESENTATIVE (COR)

Scope of Product:

2.1 Task 1: Project Management 2.1.1 The Contractor shall develop and maintain a Project Management Plan that outlines the approach to managing all tasks, schedules, and deliverables required by this Scope of Work.

2.2 Task 2: Design and Engineering 2.2.1 The Contractor shall design a modular protective cover system for the MK38 MOD 2/3 Machine Gun System (MGS). 2.2.2 The Contractor shall design the system to include three distinct, separable covers for the following components: 2.2.2.1 The main gun assembly. This cover shall fully enclose the Cannon Cover Assembly and the Cannon Support Assembly, which house the M242 barrel, feeder, and receiver. 2.2.2.2 The Electro-Optical Sight (EOS). This cover shall fully enclose the complete EOS unit, the Decoupling Unit, and the Decoupling Unit Bracket. 2.2.2.3 The MK52 7.62mm Coaxial Machine Gun (Coax MG). This cover shall fully enclose the MK52, including its barrel. 2.2.3 The Contractor shall design these three covers to be physically independent and they shall not have any integrated means of connecting to one another (e.g., zippers, snaps, or hook and loop fasteners). 2.2.4 The Contractor shall design the cover for the main gun assembly with a rear closure mechanism. 2.2.5 The Contractor shall design the main gun assembly cover to allow for installation and removal on MGS configurations both with and without the Coax MG installed. 2.2.6 The Contractor shall design the securing mechanism for the EOS cover to be robust enough to prevent accidental removal due to high winds or other adverse weather conditions. 2.2.7 The Contractor shall design the Coax MG cover to be secured underneath the gun system's existing Weather Cover. 2.2.8 The Contractor shall design the storage bag with the following requirements: 2.2.8.1 The bag shall be constructed from a breathable mesh material to prevent moisture retention. 2.2.8.2 The bag shall feature a heavy-duty zipper closure. 2.2.8.3 The bag shall include both reinforced carrying handles. 2.2.8.4 The bag shall be capable of simultaneously storing the complete three-piece protective cover system (main gun, EOS, and Coax MG). 2.2.9 The Contractor shall incorporate drainage features into the design of all three covers to prevent the accumulation of water. 2.2.10 The Contractor shall utilize heavy-duty hook and loop fasteners, straps, and buckles as the primary means of securing each individual cover. 2.2.11 The Contractor shall ensure the design does not enclose the lower gun mount (Lower Pedestal Assembly) to include main gun ammunition feeds and Skirt Access Doors. 2.2.12 The Contractor shall design the main gun cover to prevent physical interference with the full range of motion of the MGS in both train and elevation. 2.2.13 The Contractor shall establish a part numbering system for all deliverable items to facilitate Government procurement. This system shall include: 2.2.13.1 A unique part number for each of the four individual components: a) Main Gun Assembly Cover b) Electro-Optical Sight (EOS) Cover c) MK52 7.62mm Coaxial Machine Gun (Coax MG) Cover d) Storage Bag 2.2.13.2 A top-level "Kit" part number for MGS configurations with the Coax MG. This kit shall contain the three covers (Main Gun, EOS, and Coax MG) and the storage bag. 2.2.13.3 A top-level "Kit" part number for MGS configurations without the Coax MG. This kit shall contain the two covers (Main Gun and EOS) and the storage bag. 2.2.14 The purpose of this part numbering structure is to allow the Government to procure components in three distinct ways: as a complete kit for systems with a coaxial gun, as a partial kit for systems without a coaxial gun, or as individual components for replacement as required.

2.3 Task 3: Material Performance and Characteristics 2.3.1 The Contractor shall fabricate the covers using materials that are tested in accordance with and meet or exceed the following performance standards: 2.3.1.1 Puncture Resistance: A minimum of 462 lbs. 2.3.1.2 Abrasion Resistance: A minimum of 50,000 cycles (per ASTM D3884). 2.3.1.3 Water Resistance: Shall withstand hydrostatic pressure up to 520 psi. 2.3.1.4 Seam Strength: A minimum of 95 lbs per inch of width. 2.3.1.5 Fungus/Mildew Resistance: The material shall demonstrate resistance to fungus and mildew in accordance with MIL-STD-810, Method 508. 2.3.1.6 Solar Radiation (UV) Resistance: The material shall demonstrate resistance to degradation from solar radiation (UV) in accordance with MIL-STD-810, Method 505. 2.3.1.7 Salt Fog Resistance: The material shall demonstrate resistance to corrosion and degradation from salt fog in accordance with MIL-STD-810, Method 509. 2.3.1.8 Icing/Freezing Rain Resistance: The material shall demonstrate resistance to the effects of icing and freezing rain in accordance with MIL-STD-810, Method 521. 2.3.1.9 Electrostatic Discharge: The material shall be electrostatic discharge inhibitive. 2.3.1.10 Thermal Protection: The material shall provide insulation, reducing solar heat load on the covered components. 2.3.1.11 Color: The material color shall be haze gray. 2.3.1.12 Service Life: The material shall be durable in severe marine environments for a period of at least 60 months. 2.3.2 The Contractor shall use securing straps with a minimum tensile strength of 1200 lbs. 2.3.3 The Contractor shall use buckles with a minimum breaking strength of 300 lbs. 2.3.4 The Contractor shall use hook-and-loop fasteners that meet or exceed the performance requirements of Commercial Item Description (CID) A-A-55126, Type I, Class 1.

2.4 Task 4: Deliverables 2.4.1 The Contractor shall provide a storage bag for the protective cover system. 2.4.2 The Contractor shall provide a 24-month warranty on all delivered items, covering defects in materials and workmanship, commencing upon Government acceptance. 2.4.3 The Contractor shall deliver one (1) Form-Fit Prototype system. This prototype system shall consist of the complete set of all three (3) protective covers (main gun, EOS, and Coax MG). The purpose of this deliverable is for Government evaluation of fit, form, and installation/removal. 2.4.3.1 This Form-Fit Prototype is not required to be constructed from the final materials specified in Section 2.3 of this SOW. 2.4.3.2 The Contractor shall deliver the Form-Fit Prototype to a U.S. Coast Guard facility designated by the Government after contract award. 2.4.3.3 The Contractor shall be responsible for all shipping costs associated with delivering the Form-Fit Prototype to the Government facility and for all costs associated with its return to the Contractor's facility after the evaluation is complete. 2.4.4 Following Government approval of the Form-Fit Prototype system's design, the Contractor shall deliver one (1) Final Prototype system. This system shall consist of the complete set of all three (3) protective covers (main gun, EOS, and Coax MG), be fully functional, and be constructed from the final materials as specified in Section 2.3. This unit will be used for final Government testing and acceptance. 2.4.5 Upon Government acceptance of the Final Prototype system, the Contractor shall deliver a total of ten (10) production units, configured as follows: a) Eight (8) protective cover system kits for MGS configurations without the Coax MG. b) Two (2) protective cover system kits for MGS configurations with the Coax MG.

3.0 GOVERNMENT FURNISHED RESOURCES

3.1 Government Furnished Information (GFI) The Contractor may submit written requests to the Government for limited Government Furnished Information (GFI), such as dimensional drawings and technical data relevant to the components to be covered. The Government, at its sole discretion, may provide available information if it is deemed to be in the Government's best interest to do so. However, any information provided is for reference purposes only. The Contractor remains solely responsible for validating all measurements and ensuring the final products meet all requirements of this Statement of Work.

3.2 Government Furnished Equipment (GFE) The Government will not provide any Government Furnished Equipment (GFE), such as physical weapon systems or components, for the purpose of this contract.

3.3 Access to Government Facilities Access to Government facilities for activities such as on-site measurement is not guaranteed. The Contractor may submit a formal request for access, which the Government will consider. The approval or denial of such a request will be at the Government's sole discretion based on operational schedules, security requirements, and a determination of the Government's best interest.

4.0 CONTRACTOR FURNISHED PROPERTY The Contractor shall furnish all facilities, materials, equipment and services necessary to fulfill the requirements of this contract, except for the Government Furnished Resources specified in SOW 2.0 and SOW 3.0.

5.0 ACCEPTANCE CRITERIA

5.1 Form-Fit Prototype Acceptance Government acceptance of the Form-Fit Prototype, as referenced in SOW Section 2.4.3, will be formally granted only after the Government has verified that the prototype successfully meets all of the following criteria. The Government will perform its evaluation using an actual MK38 MOD 2/3 MGS at a designated facility.

5.1.1 Documentation and Completeness 5.1.1.1 The Contractor shall deliver all three distinct covers (main gun, EOS, and Coax MG) and the storage bag as a complete system. 5.1.1.2 All components shall be visually inspected and free from obvious manufacturing defects.

5.1.2 Physical Fit and Coverage 5.1.2.1 Each individual cover shall fit its intended component (main gun assembly, EOS, or Coax MG) without excessive tightness or looseness. 5.1.2.2 The prototype shall provide full and complete coverage for all surfaces it is designed to protect. 5.1.2.3 The prototype shall not physically interfere with any part of the weapon system or its mount that it is not intended to cover. 5.1.2.4 The drainage features incorporated into the design shall be visibly present and appropriately located to prevent water accumulation.

5.1.3 Installation and Removal (Human Factors) 5.1.3.1 The entire three-piece cover system shall be capable of being installed by a single individual in under five (5) minutes without the use of special tools. 5.1.3.2 The entire three-piece cover system shall be capable of being removed by a single individual in under two (2) minutes without the use of special tools. 5.1.3.3 The main gun assembly cover shall be successfully installed and removed on configurations both with and without the MK52 Coax MG present, demonstrating the design's modularity.

5.1.4 Securing Mechanisms 5.1.4.1 All straps, buckles, and hook-and-loop fasteners shall align correctly and be fully functional. 5.1.4.2 When fully secured, the covers shall remain firmly in place and not shift or sag.

6.0 GOVERNMENT ACCEPTANCE PERIOD

6.1 General Process The Contracting Officer's Representative (COR) will be responsible for the review and acceptance of all deliverables. The COR has the right to reject or require correction of any deficiencies found in a deliverable that are contrary to the requirements of this Statement of Work.

6.2 Notice of Acceptance or Rejection The COR will provide the Contractor with formal written notice (e.g., via e-mail) of either acceptance or rejection for each deliverable. In the event of rejection, the Government's notice will provide a detailed list of the specific criteria that were not met.

6.3 Correction of Deficiencies Upon receipt of a rejection notice, the Contractor shall be responsible for correcting all identified deficiencies and resubmitting the deliverable at its own expense.

6.4 Timelines for Review and Correction 6.4.1 Unless otherwise specified in the Deliverables table (Section 7.0), the following general timelines shall apply: 6.4.1.1 The Government will have forty-five (45) business days to review deliverables and provide notice of acceptance or rejection. 6.4.1.2 The Contractor shall have thirty (30) business days from receipt of a rejection notice to correct all deficiencies and resubmit the deliverable. 6.4.2 Specific review and correction timelines for individual deliverables, if different from the general timelines above, shall be explicitly stated in the Deliverables table (Section 7.0).

6.5 Final Approval A deliverable is not considered complete or accepted until the Contractor receives formal written notice of acceptance from the COR. Government acceptance of a given deliverable grants the Contractor approval to proceed to the next dependent task or deliverable as outlined in the approved Project Plan.

Delivery Information The Contractor shall consider items in BOLD as having mandatory due dates. Items in italics are deliverables or events that must be reviewed and/or approved by the COR prior to proceeding to next deliverable or event in this SOW.

Form fit type due by 45 calendar days after final project plan approval Final prototype 60 calendar days after government approval of form-fit prototype 10 production units 90 calendar days after government approval of final prototype

Total cost shall have delivery and any freight charges included.

SHIPPING: FOB DESTINATION REQUIRED.

SHIP TO: USCG SFLC ORDSEC                 707 E. Ordnance Rd, Suite 410                 Baltimore, MD 21226

Preparation For Delivery All material must be shipped to the above mentioned address. All packing lists shall cite the Purchase Order Number with the packaging in such a manner to ensure identification of the material provided. All Deliveries are to be made Monday through Friday between the hours of 07:00 to 15:00. Please make sure that any changes in Delivery Timeframes or tracking information get sent to Joshua.C.Richardson2@uscg.mil.

Invoicing Invoicing in IPP: It is now a requirement that all invoicing for Purchase Orders will now be entered and processed through https://www.ipp.gov.

FAR Clauses This order is subject to but is not limited to the following Federal Acquisition Regulations: 35.001 35.003 31.205-18 52.204-24 52.204-26 52.211-11 52.212-1 52.212-3 52.204-23 52.204-25 52.212-5 52.246-7 52.249-9

View original listing