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 (USCG SFLC) is requesting quotations for 60 FILTER ELEMENT, FLUID units (NSN: 2940-01-631-8757, P/N: OF-303-BP-T) for the 270 WMEC Reefer Plant. This is a Total Small Business Set-Aside opportunity, with award based on the Lowest Price Technically Acceptable (LPTA) offer. Quotations are due by May 8, 2026, at 10:00 AM EST.
Scope of Work
The requirement is for 60 units of the specified filter element, which is a Sporlan 3 Micron Oil Filter, manufactured by PARKER-HANNIFIN CORPORATION. While the brand name is mandatory for consideration, offers of "equal" products will be evaluated by the USCG for acceptability based on salient physical, functional, or performance characteristics. Crucially, standard commercial packaging is unacceptable. Each filter element must be individually packaged and marked in accordance with MIL-STD-2073-1E Method 10 and MIL-STD-129R, including barcoding per ISO/IEC-16388-2007, Code 39 Symbology. Failure to meet these packaging, packing, and marking (PP&M) requirements will result in rejection.
Contract & Timeline
- Type: Firm Fixed Price (FFP) Purchase Order, utilizing Simplified Acquisition Procedures (FAR 13.106).
- Set-Aside: Total Small Business (FAR 52.219-6).
- NAICS: 333996 (Engine Air And Oil Filters, Strainers, And Cleaners, Nonaircraft) with a 700-employee size standard.
- Response Due: May 8, 2026, 10:00 AM EST.
- Published: May 4, 2026.
- Place of Performance: Curtis Bay, MD 21226, United States.
Evaluation & Submission Requirements
Award will be made on an all-or-none basis to a responsible offeror whose timely quotation is the most advantageous to the Government, based on LPTA. Offerors must:
- Have valid DUNS numbers and be registered with SAM.gov, providing their Tax Information Number (TIN).
- Submit a completed FAR 52.212-3, Offeror Representations and Certifications—Commercial Items (Oct 2025) with Alternate I.
- Include a disclosure regarding inverted domestic corporations (HSAR 48 CFR 3009.104-70 through 3009.104-73).
- Adhere strictly to the specified military packaging and marking requirements; non-compliance will lead to rejection.
Additional Notes
This combined synopsis/solicitation incorporates various FAR and HSAR clauses, including those related to Buy American Act, restrictions on foreign purchases, and combating trafficking in persons. Full text of applicable clauses can be found at www.acquisition.gov and www.dhs.gov. The provided MIL-STD-2073.pdf document summary offers guidance on understanding packaging and marking requirements.