CIRCUIT BREAKER, SWITCH, ASSEMBLY
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 is requesting quotations for circuit breakers and switch assemblies. This is a Total Small Business Set-Aside combined synopsis/solicitation, with award based on the Lowest Price Technically Acceptable offer on an all or none basis. Quotations are due by March 17, 2026, at 9:00 AM Eastern Standard Time.
Scope of Work
The requirement includes two items:
- Item 1: Circuit Breaker (QTY: 8) - MFG NAME: EATON CORP CUTLER-HAMMER PRODUCTS, PART_NBR: FD3100VH09. These are 3-pole, 600V AC/250V DC, 100A AC circuit breakers for the 87 WPB breaker panel (Part No. 785600). They are made to order.
- Item 2: Switch, Assembly (QTY: 8) - MFG NAME: EATON CORP CUTLER-HAMMER PRODUCTS, PART_NBR: A1X1PK. This is an auxiliary switch assembly with pigtail leads for the ship service switchboard.
Both items require strict preservation, packaging, and marking in accordance with MIL-STD-2073-1E Method 10 and MIL-STD-129R (with ISO/IEC-16388-2007, Code 39 symbology for barcoding). Failure to meet these requirements will result in rejection and delayed payment. Offerors must explicitly state their ability to meet these packaging requirements in their quote.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (FAR Subpart 12.6), Firm Fixed-Price contract using simplified acquisition procedures (FAR 13).
- NAICS: 333998 (All Other Miscellaneous Manufacturing), Size Standard: 500 employees.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Award Basis: All or none, Lowest Price Technically Acceptable.
- Quote Due: March 17, 2026, 9:00 AM Eastern Standard Time.
- Published: March 13, 2026.
Submission Requirements
All responsible sources may submit a quotation via email to Eric.I.Goldstein@uscg.mil. Companies must have valid DUNS numbers, be registered with SAM (System for Award Management), and provide their Tax Information Number (TIN) with their offer. Offerors must submit a completed FAR 52.212-3, Offeror Representations and Certifications—Commercial Items, and disclose their inverted domestic corporation status.
Applicable FAR Clauses
Key clauses include FAR 52.212-1 (Instructions to Offerors), 52.212-3 (Representations and Certifications), 52.212-4 (Contract Terms and Conditions), and 52.212-5 (Terms & Conditions Required to Implement Statutes or Executive Orders). Specific clauses checked under 52.212-5 include 52.219-4 (HUBZone Price Evaluation Preference), 52.219-6 (Total Small Business Set-Aside), 52.219-13 (Set-Aside of Orders), 52.222-21 (Prohibition of Segregated Facilities), 52.222-26 (Equal Opportunity), 52.222-36 (Equal Opportunity for Workers with Disabilities), 52.222-50 (Combating Trafficking in Persons), 52.225-13 (Restrictions on Certain Foreign Purchases), 52.226-8 (Text Messaging While Driving), and 52.232-33 (Payment by Electronic Funds Transfer-SAM).