ACCUMULATOR PNEUMATIC

SOL #: 70Z08026QRo088Combined 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

Miscellaneous Ship And Marine Equipment (2090)

Set Aside

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

Timeline

1
Posted
Mar 13, 2026
2
Submission Deadline
Mar 20, 2026, 1:00 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 20 ACCUMULATOR PNEUMATIC (WESSELS CO. FXA 130). This is a Combined Synopsis/Solicitation under Simplified Acquisition Procedures for a Firm Fixed Price Contract. The opportunity is a Total Small Business Set-Aside. Quotations are due by March 20, 2026, at 9:00 AM Eastern Standard Time.

Scope of Work

The requirement is for 20 units of ACCUMULATOR PNEUMATIC, MFG NAME: WESSELS CO., PART_NBR: FXA 130. The specification includes a 125 PSI rating and 35-gallon capacity. Crucially, items must be individually packaged in accordance with MIL-STD-2073-1E METHOD 10, cushioned and packed in an ASTM-D5118 double-wall fiberboard box. Marking must comply with MIL-STD-129R and ISO/IEC-16388-2007, CODE 39 SYMBOLOGY for bar-coding. Failure to meet these packaging requirements will result in rejection. While the brand name part is mandatory, offers of "equal" products will be considered if they meet specified salient physical, functional, or performance characteristics.

Contract & Timeline

  • Contract Type: Firm Fixed Price (Combined Synopsis/Solicitation)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 333998 (Business Size Standard: 500 employees)
  • Response Due: March 20, 2026, 9:00 AM EST
  • Published: March 13, 2026

Evaluation & Award

Award will be made on an all or none basis to the responsible offeror whose quotation is the lowest price technically acceptable and most advantageous to the Government.

Submission Requirements

Offerors must submit quotations via email to Eric.I.Goldstein@uscg.mil. Companies must have valid DUNS numbers and be registered with SAM.gov, providing their Tax Information Number (TIN) with the offer. A completed copy of FAR 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services, must be included. Offerors must explicitly state in their quote that they can meet the strict packaging requirements. Disclosure regarding inverted domestic corporations is also required.

Key FAR Clauses

Applicable FAR clauses include 52.212-1 (Instructions to Offerors), 52.212-3 (Offeror Representations and Certifications), 52.212-4 (Contract Terms and Conditions), and 52.212-5 (Contract Terms & Conditions Required to Implement Statutes or Executive Orders). Specific clauses checked under 52.212-5 include 52.204-10, 52.209-6, 52.219-4, 52.219-6, 52.219-13, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.225-3, 52.225-13, 52.226-8, and 52.232-33.

People

Points of Contact

Eric GoldsteinPRIMARY

Files

Files

Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Mar 13, 2026
ACCUMULATOR PNEUMATIC | GovScope