DETECTOR, COMBINED

SOL #: 70Z08026QRO015Combined 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

Other Measuring and Controlling Device Manufacturing (334519)

PSC

Chemical Analysis Instruments (6630)

Set Aside

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

Timeline

1
Posted
Feb 19, 2026
2
Submission Deadline
Feb 26, 2026, 3:00 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 (SFLC) is soliciting quotations for 20 DETECTOR, COMBINED (210/270 WMEC MKIII JP-5 FUEL DETECTORS). This is a Total Small Business Set-Aside opportunity, with award intended on an all or none basis to the Lowest Price Technically Acceptable (LPTA) offeror. Quotations are due by February 26, 2026, at 10:00 AM Eastern Standard Time.

Scope of Work

The requirement is for 20 units of NSN 6630-01-013-5279, DETECTOR, COMBINED, specifically the 210/270 WMEC MKIII JP-5 FUEL DETECTOR, manufactured by TELECTRO MEK INC (PN: 700001-G9). Critical to this requirement is adherence to specific packaging and marking standards: PACKAGE IAW MIL-STD-2073-1E and MARK IAW MIL-STD-129R. Standard commercial packaging is explicitly stated as unacceptable, and failure to meet these requirements will result in quote rejection. Delivery is F.O.B. Destination to USCG Surface Forces Logistics Center, Baltimore, MD.

Contract & Timeline

  • Opportunity Type: Combined Synopsis/Solicitation (FAR Subpart 12.6)
  • Contract Type: Firm Fixed Price
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 334519 (Chemical Analysis Instruments)
  • Business Size Standard: 600 employees
  • Award Basis: All or none, Lowest Price Technically Acceptable (LPTA)
  • Response Due: February 26, 2026, 10:00 AM EST
  • Published Date: February 19, 2026

Evaluation & Submission Requirements

Award will be made to a responsible offeror whose timely quotation conforms to the solicitation and is most advantageous to the Government, based on LPTA. Offerors must have valid DUNS numbers and be registered with SAM.gov. Submissions must include the company's Tax Information Number and a completed FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services. Additionally, offerors must provide a disclosure regarding their status as an inverted domestic corporation, as per HSAR 48 CFR 3009.104-70 through 3009.104-73.

Key Clauses & Documents

This solicitation incorporates various FAR clauses, including FAR 52.212-1 (Instructions to Offerors), FAR 52.212-4 (Contract Terms and Conditions), and FAR 52.212-5 (Contract Terms & Conditions Required to Implement Statutes or Executive Orders). Specific clauses highlighted in the attached documents include those related to small business set-asides (FAR 52.219-6), Buy American Act (FAR 52.225-1, 52.225-3), and prohibitions on contracting with inverted domestic corporations (FAR 52.209-10, HSAR 3052.209-70). The MIL-STD-2073.pdf document emphasizes the critical nature of meeting military packaging and marking standards, which is a mandatory requirement for this opportunity.

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 19, 2026
DETECTOR, COMBINED | GovScope