INSTALL KIT EXHAUST, PORT & STBD
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 requesting quotations for Port and Starboard Exhaust Installation Kits. This opportunity is a Total Small Business Set-Aside and will result in a Firm Fixed Price contract awarded on an all or none basis to the Lowest Price Technically Acceptable (LPTA) offeror. Quotations are due by March 27, 2026, at 10:00 AM EST.
Scope of Work
The requirement is for two specific exhaust installation kits:
- Item 1: NSN 2990-01-718-2720, INSTALL KIT EXHAUST PORT-003 (QTY: 3 KT)
- Item 2: NSN 2990-01-718-2706, INSTALL KIT EXHAUST STBD-003 (QTY: 3 KT)
Both kits are manufactured by FLORIDA MARINE JOINER SERVICE, INC., with part numbers PORT-003 and STBD-003, respectively. Strict adherence to military packaging, packing, and marking (PP&M) requirements is mandatory, including MIL-STD-2073-1E Method 10, ASTM-D6251, ASTM-D6880, ASTM-D5118, MIL-STD-129R, and ISO/IEC-16388-2007 Code 39 symbology. Standard commercial packaging is unacceptable. While brand name is mandatory, offers of "equal" products meeting salient physical, functional, or performance characteristics will be considered.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (FAR Subpart 12.6), Firm Fixed Price
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS: 333998 (700 employee size standard)
- Response Due: March 27, 2026, 10:00 AM EST
- Published: March 23, 2026
Evaluation
Award will be made on an all or none basis to a responsible offeror whose quotation is the Lowest Price Technically Acceptable (LPTA) and most advantageous to the Government.
Submission Requirements
Offerors must submit:
- A disclosure regarding inverted domestic corporations (HSAR 48 CFR 3009.104-70 through 3009.104-73).
- A completed FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2025) with Alternate I.
- Valid DUNS numbers and active registration in SAM.gov, along with their Tax Information Number (TIN).
- Strict compliance with PP&M requirements is critical; failure will result in rejection. Questions regarding PP&M should be addressed to the Contracting Officer prior to award.
Additional Notes
Proprietary drawings (Bollinger 154B-WPC-508-201 REV. 5 and Deangelo B18-11007 REV. A) are not available to the public. Full text of applicable FAR clauses can be obtained at www.acquisition.gov. HSAR clauses are available at www.dhs.gov, and CGAP clauses at www.uscg.mil/acquisition/procurement/pdf/CIM_4200_19H.pdf.