PARTS FOR REVERSE OSMOSIS FOR CGC LEGARE
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) has an emergent requirement for Aqua Chem Reverse Osmosis (RO) system parts for the CGC LEGARE. This is a combined synopsis/solicitation for a Firm Fixed Price contract, with award based on Lowest Price Technically Acceptable (LPTA) on an all-or-none basis. Quotations are due April 1, 2025, at 10:00 AM Eastern Standard Time.
Scope of Work
The requirement is for the supply of nine specific Aqua Chem RO system components for the 270/210 WMEC RO systems. These items include various retaining rings, a tubing assembly, an O-ring, a safety relief valve, pressure switches, and an axial piston pump. All parts are manufactured by AQUA CHEM.
Critical Requirement: All items must be individually packaged, marked, and bar-coded in strict accordance with MIL-STD-2073-1E and SP-PP&M-001. Standard commercial packaging is unacceptable, and non-compliance will result in quote rejection. Delivery is F.O.B. Destination to USCG SFLC, Baltimore, MD 21226.
Contract Details
- Type: Combined Synopsis/Solicitation, Firm Fixed Price Contract.
- NAICS: 339991 (All Other Miscellaneous Manufacturing), with a size standard of 600 employees.
- Set-Aside: None specified.
- Award Basis: All or none, Lowest Price Technically Acceptable (LPTA).
- Agency: US Coast Guard, Department of Homeland Security.
Submission & Evaluation
Offerors must submit quotations by the specified deadline. Award will be made to a responsible offeror whose quote conforms to the solicitation requirements and is most advantageous to the Government. Key evaluation factors include technical acceptability (especially strict adherence to packaging requirements) and price.
Required Submissions:
- Quotation for all listed items.
- Disclosure regarding inverted domestic corporations.
- Completed FAR 52.212-3, Offeror Representations and Certifications—Commercial Items (with Alternate I).
Eligibility: All responsible sources may submit a quotation. Companies must have valid DUNS numbers, be registered with SAM.gov, and provide their Tax Information Number (TIN) with their offer.
Key Dates
- Quotations Due: April 1, 2025, at 10:00 AM Eastern Standard Time.
Applicable Clauses
This solicitation incorporates various FAR clauses, including 52.212-1 (Instructions to Offerors), 52.212-4 (Contract Terms and Conditions), and 52.212-5 (Contract Terms & Conditions Required to Implement Statutes or Executive Orders). Specific clauses related to small business programs (e.g., HUBZone preference), Buy American Act, and other federal mandates are also applicable. HSAR 3052.209-70 and CGAP 3042.302-90 are also incorporated.