FM 200
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 U.S. Coast Guard, Surface Forces Logistics Center (SFLC) is soliciting quotes for the replacement of an FM-200 clean agent fire suppression cylinder on a 45’ Response Boat–Medium (RB-M) in Charleston, SC. This is a Total Small Business Set-Aside. Quotes are due by December 26, 2025, at 10:00 AM Eastern.
Opportunity Details
This combined synopsis/solicitation (RFQ 52000PR260001597) seeks to award a Firm Fixed Price Purchase Order. The awarded vendor will be responsible for securing funding until delivery and acceptance by the USCG, with payment made via Government Purchase Order (Net 30). Invoicing will be processed through the Invoice Processing Platform (IPP).
Scope of Work
The requirement involves providing all necessary personnel, tools, materials, equipment, and supervision for the FM-200 cylinder replacement. Key tasks include:
- Pre-Work: Securing power, reviewing system drawings, and inspecting existing components.
- Removal: Safely removing the expired FM-200 cylinder in accordance with EPA and manufacturer guidelines.
- Installation: Providing and installing a new FM-200 cylinder of identical specifications, connecting all hardware, and verifying torques and leak-free connections.
- Commissioning: Checking system pressure, agent weight, and cylinder date codes.
- Deliverables: Certificate of Installation, updated cylinder tag, system test report, and material certifications (FM-200 OEM).
Place of Performance
Work will be performed at the US Coast Guard, 196 Tradd St, Charleston, SC 29401. The schedule for vessel access and downtime will be coordinated with USCG personnel.
Evaluation and Award
Award will be made on a Lowest Priced Technically Acceptable (LPTA) basis, as per FAR 13 (Simplified Acquisition Procedures). Quotes will be evaluated based on meeting all technical requirements, adherence to deadlines, and finally, lowest cost. Past performance will be reviewed solely for responsibility determination per FAR 9.1.
Submission Requirements
All quotes must be emailed to SKC Bryan Duffey at Bryan.A.Duffey@USCG.MIL by December 26, 2025, at 10:00 AM Eastern. The email subject line must include "52000PR250001597".