DETECTOR, REFRIGERANT GAS DETECTOR
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 soliciting quotations for 10 Refrigerant Gas Detectors (NSN: 6665-22-627-4047). This is a Total Small Business Set-Aside opportunity, with award based on the Lowest Price Technically Acceptable (LPTA) criteria. Quotations are due by February 12, 2026, at 10:00 AM EST.
Scope of Work
The requirement is for 10 EA of DETECTOR, REFRIGERANT GAS DETECTOR, manufactured by GEOPAL SYSTEMS A/S (PN: GP-SA-V). Key specifications include:
- Packaging: Individual preservation and packaging in accordance with MIL-STD-2073-1E Method 10. Standard commercial packaging is unacceptable. Packaging must prevent movement or damage during shipping.
- Marking: IAW MIL-STD-129R, bar-coded IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY. Markings must be visible by forklift operator. Failure to meet packaging, packing, and marking (PP&M) requirements will result in rejection.
- Delivery: F.O.B. Destination to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore MD 21126.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (FAR Subpart 12.6)
- NAICS Code: 333912 (Size Standard: 1,000 employees)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Acquisition Method: Simplified Acquisition Procedures (FAR 13.106)
- Contract Type: Firm Fixed Price
- Award Basis: All or none, Lowest Price Technically Acceptable (LPTA)
Submission Requirements & Evaluation
Offerors must submit quotations by the deadline. Key submission elements include:
- Disclosure regarding inverted domestic corporations (HSAR 48 CFR 3009.104-70 to -73).
- A completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (with Alternate I). This form is critical for verifying business status and compliance.
- Companies must have valid DUNS numbers and be registered in SAM.gov, providing their Tax Information Number with the offer.
- The award will be made to a responsible offeror whose quote is most advantageous to the Government, based on LPTA.
Applicable Clauses & Standards
The solicitation incorporates various FAR, HSAR, and CGAP clauses, including:
- FAR 52.212-1: Instructions to Offerors
- FAR 52.212-4: Contract Terms and Conditions
- FAR 52.212-5: Contract Terms & Conditions Required to Implement Statutes or Executive Orders (includes 52.219-6 Total Small Business Set-Aside, 52.225-1 Buy American Act, 52.232-33 Payment by EFT-SAM).
- HSAR 3052.209-70: Prohibition on contracts with corporate expatriates.
- CGAP 3042.302-90: Valuation Requirements for Spare Parts. Bidders are strongly advised to review the full text of all incorporated clauses and the MIL-STD-2073 guide for packaging and marking requirements.
Key Dates
- Published Date: February 7, 2026
- Quotation Due Date: February 12, 2026, at 10:00 AM Eastern Standard Time
Contact Information
- Contracting Officer: DONNA SCANDALIATO
- Email: DONNA.M.SCANDALIATO@USCG.MIL
- Phone: 4107626259