EXPANSION JOINT PIPE
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 seeking quotations for Expansion Joint Pipes for the 154' FRC exhaust system. This is a Total Small Business Set-Aside opportunity, with proposals due by May 21, 2026, at 9:00 AM Eastern Standard Time.
Scope of Work
The requirement includes two distinct items:
- Item 1: Eight (8) 8-inch Exhaust Expansion Joints (P/N: 8" FLP-0005-15 3/16-LS-M5), originally by AMERICAN BOA INC., with HYSPAN PRECISION PRODUCTS now identified as the OEM.
- Item 2: Three (3) 26-inch Exhaust Expansion Joints (P/N: 26" VFLLP-0025-10-L-M15), manufactured according to AMERICAN BOA INC. Drawing No. 1022586 Issue B, for the main diesel engine exhaust on 154 FRC Cutters.
Critical Requirement: All items must be individually preserved and packaged in accordance with MIL-STD-2073-1E Method 10, using specific wood-cleated panel-board or heavy-duty screwed wooden boxes. Items over 50 lbs must be skid-mounted. Marking must comply with MIL-STD-129R and ISO/IEC-16388-2007 Code 39 symbology. Standard commercial packaging is unacceptable, and offerors must explicitly state their ability to meet these packaging requirements in their quote.
Contract & Timeline
- Contract Type: Combined Synopsis/Solicitation (FAR Subpart 12.6), Firm Fixed Price, awarded on an all-or-none basis using simplified acquisition procedures (FAR 13).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 333998 (All Other Miscellaneous Manufacturing), Size Standard: 500 employees.
- Response Due: May 21, 2026, 9:00 AM EST.
- Published Date: May 14, 2026.
Evaluation & Award
Award will be made to the responsible offeror submitting the Lowest Price Technically Acceptable (LPTA) quotation. Brand name parts are mandatory for consideration; however, offers of "equal" products will be evaluated based on meeting specified salient physical, functional, or performance characteristics.
Submission Requirements
Offerors must submit quotations via email to Eric.I.Goldstein@uscg.mil. Submissions must include:
- Valid DUNS number.
- Active registration in the System for Award Management (SAM).
- Company Tax Information Number (TIN).
- A completed copy of FAR 52.212-3, Offeror Representations and Certifications—Commercial Items (November 2020) with Alternate I, or ensure electronic completion in SAM.
- An explicit statement confirming the ability to meet the specified packaging, packing, and marking (PP&M) requirements. Failure to meet PP&M requirements will result in rejection.
Applicable FAR Clauses
Key FAR clauses include 52.212-1 (Instructions to Offerors), 52.212-4 (Contract Terms and Conditions), and 52.212-5 (Contract Terms & Conditions Required to Implement Statutes or Executive Orders), with several specific clauses checked for applicability, such as 52.219-6 (Notice of Total Small Business Set-Aside) and 52.225-3 (Buy American-Free Trade Agreements-Israeli Trade Act).