Purchase of one (1) fuel test kit and calibration
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 Aviation Logistics Center (ALC) is soliciting quotations for the purchase of one (1) fuel test kit (JF-PEAK-M) and its 5-year calibration (JF-PEAK-CA-M). This is a brand-name specific requirement for items manufactured by D-2 Incorporated (CAGE 4EKX8). The solicitation is issued as a Request for Quotation (RFQ) under unrestricted competition, with an anticipated firm-fixed price purchase order award. Quotations are due February 04, 2026, at 4:30 p.m. Eastern Time.
Scope of Work
The requirement is for one (1) JF-PEAK-M fuel test kit and one (1) JF-PEAK-CA-M (5 Year calibration) service, both manufactured by D-2 Incorporated. The PEAK Kit is essential for quality surveillance standards for USCG Aeronautical Fuels, replacing outdated equipment, and is noted for its accuracy, user-friendliness, and expeditionary design. All parts must be new, approved parts with clear traceability to the Original Equipment Manufacturer (OEM), D-2 Incorporated. A Certificate of Conformance (COC) is required for all items. Delivery is required by April 1st, 2026, to Elizabeth City, NC.
Contract & Timeline
- Type: Request for Quotation (RFQ) leading to a Firm-Fixed Price Purchase Order.
- NAICS: 336413 (Chemical Analysis Instruments), Small Business Size Standard: 1000 employees.
- Set-Aside: Unrestricted (Brand-Name Specific). A Justification for Other Than Full and Open Competition (JOFOC) supports the brand-name requirement, citing D-2 Incorporated as the only source reasonably available.
- Response Due: February 04, 2026, at 4:30 p.m. Eastern Time.
- Anticipated Award Date: On or about February 06, 2026.
- Published Date: January 28, 2026.
- Period of Performance (Calibration): 5 years.
Evaluation
Award will be made to the lowest priced, technically acceptable offeror. Technical acceptability requires the ability to provide new manufactured commercial items from the OEM (D-2 Incorporated) or an OEM-approved source. Offerors must provide necessary certification, including traceability to the manufacturer and a Certificate of Conformance (COC). Prospective vendors who are not the OEM or an authorized distributor must provide traceability documentation (e.g., a redacted quote from the OEM) prior to award. The government intends to evaluate offers and award without discussions.
Additional Notes
Email quotations are preferred and should be sent to Jackson.S.Perry@uscg.mil, with "70Z03826QE0000020" in the subject line. No drawings, specifications, or schematics are available from the USCG. Offerors should carefully review the attached Terms and Conditions and the Redacted Justification and Approval for Other Than Full and Open Competition.