MODIFICATION KIT
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 is seeking quotations for 25 MODIFICATION KIT, 100KOH (MFG NAME: H S ASSOCIATES CORP, PART_NBR: B-3794). This is a Total Small Business Set-Aside opportunity. The award will be made on a Lowest Price Technically Acceptable (LPTA), all-or-none basis. Quotations are due by May 21, 2026, at 9:00 AM Eastern Standard Time.
Scope of Work
The requirement is for 25 units of the specified modification kit. While the brand name part is mandatory for consideration, offers of "equal" products that meet the salient physical, functional, or performance characteristics will be evaluated for acceptability by the USCG. A critical aspect of this requirement is the strict adherence to packaging, packaging, marking, and bar coding specifications. Standard commercial packaging is unacceptable. Specific requirements include MIL-STD-2073-1E METHOD 10, cushioning in double-layer 3/4 inch bubble wrap, packing in an ASTM-D5118 double-wall fiberboard box, and marking IAW MIL-STD-129R (except bar coded IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY). Failure to meet these packaging requirements will result in warehouse rejection and return of items.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation for a commercial item (FAR Subpart 12.6).
- Contract Type: Firm Fixed Price.
- Acquisition Method: Simplified Acquisition Procedures (FAR 13).
- NAICS Code: 333998 (Business Size Standard: 500 employees).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Quotations Due: May 21, 2026, 9:00 AM EST.
- Published: May 14, 2026.
Submission & Evaluation
Offerors must submit quotations via email to Eric.I.Goldstein@uscg.mil. To be considered, companies must have valid DUNS numbers, be registered in the System for Award Management (SAM), and provide their Tax Information Number (TIN) with their offer. A completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items, is required. Crucially, offerors must explicitly state in their quote that they can meet the specified packaging requirements. Award will be made to the responsible offeror whose quotation is most advantageous to the Government, based on the lowest price technically acceptable criteria, on an all-or-none basis.
Applicable FAR Clauses
This solicitation incorporates various FAR clauses, including FAR 52.212-1 (Instructions to Offerors-Commercial Items), FAR 52.212-3 (Offeror Representations and Certifications-Commercial Items), FAR 52.212-4 (Contract Terms and Conditions-Commercial Items), and FAR 52.212-5 (Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items). Specific clauses checked under 52.212-5 include those related to HUBZone Price Evaluation Preference, Total Small Business Set-Aside, Prohibition of Segregated Facilities, Equal Opportunity, Equal Opportunity for Workers with Disabilities, Combating Trafficking in Persons, Buy American-Free Trade Agreements-Israeli Trade Act, Restrictions on Certain Foreign Purchases, Encouraging Contractor Policies to Ban Text Messaging While Driving, and Payment by Electronic Funds Transfer-System for Award Management.