FILTER ELEMENT, FLUID
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 (SFLC) is soliciting quotations for 200 FILTER ELEMENT, FLUID (NSN: 4330-01-503-3219) for their FRC Potable Water System. This is a Total Small Business Set-Aside opportunity, with award based on Lowest Price Technically Acceptable (LPTA). Quotations are due by January 28, 2026, at 10:00 AM Eastern Standard Time.
Scope of Work
The requirement is for 200 units of FILTER ELEMENT, FLUID, specifically for the FRC Potable Water System's Reverse Osmosis Unit, Fresh Water Flush System Activated Carbon Filter. Key specifications include: 4.5" (11.4CM) diameter, 9.75" (25CM) length, and 5 micron filtration. Acceptable part numbers include MAX ETW-EF975 or Parker Hannifin Corp. PN: 33-0315. Offers for "equal" products will be considered if they meet the specified salient physical, functional, or performance characteristics, subject to USCG determination.
Mandatory Packaging & Marking
Strict military packaging and marking requirements are mandatory. 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, with bar-coding IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY. Standard commercial packaging is unacceptable and will result in warehouse rejection. Offerors may use a third party for packaging, but must provide the additional cost with their quotation. The provided MIL-STD-2073 guide offers further insight into these requirements.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (FAR Subpart 12.6, FAC 2025-05)
- NAICS Code: 333998 (Business Size Standard: 700 employees)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Contract Type: Firm Fixed Price
- Award Basis: All or none, to the responsible offeror whose quotation is most advantageous to the Government, based on Lowest Price Technically Acceptable.
Submission Requirements & Deadlines
- Quotation Due Date: January 28, 2026, 10:00 AM Eastern Standard Time.
- Eligibility: All responsible sources must have valid DUNS numbers and be registered with SAM.gov, providing their Tax Information Number (TIN) with their offer.
- Required Submissions: Offerors must include a completed FAR 52.212-3, Offeror Representations and Certifications—Commercial Items (with Alternate I), and a disclosure regarding inverted domestic corporations (HSAR 48 CFR 3009.104-70 through 3009.104-73).
- Applicable Regulations: This solicitation incorporates FAR 52.212-1, 52.212-4, 52.212-5, and numerous other FAR clauses, including 52.219-6 (Total Small Business Set-Aside), Buy American Act provisions, and HSAR/CGAP clauses.
Contact Information
- Primary Point of Contact: DONNA SCANDALIATO, DONNA.M.SCANDALIATO@USCG.MIL, 4107626259