INDICATOR-DIRT ALARM
SOL #: 70Z08526Q30036B00Solicitation
Overview
Buyer
Homeland Security
Us Coast Guard
SFLC PROCUREMENT BRANCH 2(00085)
ALAMEDA, CA, 94501, United States
Place of Performance
Curtis Bay, MD
NAICS
All Other Miscellaneous General Purpose Machinery Manufacturing (333998)
PSC
Centrifugals, Separators, And Pressure And Vacuum Filters (4330)
Set Aside
Total Small Business Set-Aside (FAR 19.5) (SBA)
Original Source
Timeline
1
Posted
Feb 5, 2026
2
Submission Deadline
Feb 20, 2026, 6:00 PM
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 (USCG), under the Department of Homeland Security, is seeking quotes for Indicator-Dirt Alarms and Filter Elements to be awarded as a Firm Fixed Price Purchase Order. This opportunity is a Total Small Business Set-Aside. Quotes are due by February 20, 2026, at 6:00 PM EST.
Scope of Work
This solicitation requires the provision of two specific line items:
- INDICATOR-DIRT ALARM: 30 units (NSN: 4330-01-659-8645, Part # 1307687)
- FILTER ELEMENT, FLUID: 250 units (NSN: 4330-01-622-7737, Part # CCZ10)
All items must be new, unused, and free from defects. No substitutions are authorized without prior approval from USCG SFLC Technical Experts.
Key Requirements & Deliverables
- Packaging: All items require military-standard packaging (MIL-STD-2073-1E METHOD 10 & MIL-STD-129R), individually packed, labeled, and marked.
- Quality Assurance: Contractors must notify the Contracting Officer at least seven calendar days before Q/A inspections or testing.
- Shipping: FOB DESTINATION to USCG CENTER, 2401 HAWKINS POINT ROAD, RECEIVING ROOM- BUILDING 88, BALTIMORE, MD 21226. Delivery is Monday through Friday, 8 am to 3 pm.
- Marking: Material must be marked per MIL-STD-129R, barcoded, and include the Purchase Order Number, NSN (if applicable), Vendor name, and Part Number.
- FAR Clauses: Bidders must comply with numerous incorporated Federal Acquisition Regulation (FAR) clauses, including those related to commercial items, small business set-asides, and System for Award Management (SAM) registration.
Contract Details
- Contract Type: Firm Fixed Price Purchase Order.
- Payment Terms: NET 30, in accordance with FAR 52.232-25 Prompt Payment.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
Submission & Evaluation
- Quotes: Must be submitted timely.
- SAM Registration: Vendors must have an active registration in SAM.Gov prior to award.
- Cost: Total cost must include delivery and any freight charges to zip code 21226.
- Invoicing: Required through https://www.ipp.gov, with a copy sent to Christopher.A.Huertas-Rolon@uscg.mil. Invoices must include specific contract and vendor details.
- Evaluation: Award will be based on timely quotes and compliance with all solicitation requirements, referencing FAR 52.212-2 for commercial item evaluation.
Timeline
- Published Date: February 5, 2026
- Quote Due Date: February 20, 2026, 6:00 PM EST
Contact Information
- Primary Contact: CHRISTOPHER HUERTAS-ROLON (CHRISTOPHER.A.HUERTAS-ROLON@USCG.MIL, 4103541926)
People
Points of Contact
CHRISTOPHER HUERTAS-ROLONPRIMARY
Daniel J. NievesSECONDARY
Files
Versions
Version 1Viewing
Solicitation
Posted: Feb 5, 2026