8" STRAINER ASSEMBLY

SOL #: 70Z08026QRO006Combined Synopsis/Solicitation

Overview

Buyer

Homeland Security
Us Coast Guard
SFLC PROCUREMENT BRANCH 1(00080)
NORFOLK, VA, 23510, United States

Place of Performance

Place of performance not available

NAICS

All Other Miscellaneous General Purpose Machinery Manufacturing (333998)

PSC

Hose, Pipe, Tube, Lubrication, And Railing Fittings (4730)

Set Aside

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

Timeline

1
Posted
Mar 5, 2026
2
Submission Deadline
Mar 11, 2026, 2:00 PM

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 is soliciting quotations for three 8" Strainer Assemblies with Monel baskets and 1/16th inch perforations. This is a Total Small Business Set-Aside opportunity, with award based on the Lowest Price Technically Acceptable (LPTA) offer. Quotations are due by March 11, 2026, at 10:00 AM Eastern Standard Time.

Scope of Work

The requirement is for three 8" Strainer Assemblies (complete units) with Monel baskets and 1/16th inch perforations, specifically MFG: TATE ANDALE INC., PN: GFAB-529-B. A critical aspect of this requirement is the mandatory packaging, packing, marking, and bar-coding in accordance with MIL-STD-2073-1E Method 10, MIL-STD-129R, and ASTM-D6251 Type III, Class 1 or ASTM-D6880 Class 2 wooden boxes. Standard commercial packaging is unacceptable, and failure to meet these requirements will result in rejection.

Contract & Timeline

  • Type: Combined Synopsis/Solicitation, Firm Fixed Price (FFP) contract using Simplified Acquisition Procedures (FAR 13.106).
  • Set-Aside: Total Small Business Set-Aside (FAR 52.219-6).
  • NAICS: 333998 (700 employee size standard).
  • Delivery: F.O.B. Destination to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore MD 21126.
  • Response Due: March 11, 2026, 10:00 AM EST.
  • Published: March 5, 2026.

Evaluation

Award will be made on an all or none basis to the responsible offeror whose quotation is the Lowest Price Technically Acceptable (LPTA) and most advantageous to the Government.

Submission Requirements

Offerors must:

  • Have valid DUNS numbers and be registered with SAM.gov.
  • Provide their company Tax Information Number.
  • Submit a disclosure regarding inverted domestic corporations (HSAR 48 CFR 3009.104-70 through 73).
  • Include a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (Oct 2025) with Alternate I.
  • Acknowledge all applicable FAR clauses (e.g., 52.212-1, 52.212-4, 52.212-5) and HSAR/CGAP clauses.

Additional Notes

The solicitation incorporates various FAR clauses, including those related to small business programs, labor standards, and Buy American Act provisions. The attached MIL-STD-2073.pdf provides guidance on packaging and marking standards, which are critical for this opportunity.

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Mar 5, 2026
8" STRAINER ASSEMBLY | GovScope