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 (USCG) Aviation Logistics Center (ALC), under the Department of Homeland Security, is soliciting quotations (RFQ 70Z03826QE0000021) for the purchase of one (1) D-2 Incorporated fuel test kit (JF-PEAK-M) and its associated 5-year calibration (JF-PEAK-CA-M). This is an unrestricted, brand-name requirement for specific items from D-2 Incorporated (CAGE Code 4EKX8). Quotations are due by February 04, 2026, at 4:30 p.m. ET.
Scope of Work
This solicitation is for the acquisition of a specific fuel test kit and calibration service. The PEAK Kit is essential for USCG Aeronautical Fuels quality surveillance, designed to replace outdated equipment, perform required Aviation System Inspections (ASI), and provide accurate, user-friendly operation. The requirement is for:
- Part Number (PN): JF-PEAK-M (Quantity: 1 each)
- Part Number (PN): JF-PEAK-CA-M (5 Year calibration) (Quantity: 1 each)
- Original Equipment Manufacturer (OEM): D-2 Incorporated (CAGE Code 4EKX8)
Contract & Timeline
- Opportunity Type: Request for Quotation (RFQ)
- Solicitation Number: 70Z03826QE0000021
- NAICS Code: 336413 (Aircraft Engine and Engine Parts Manufacturing)
- Set-Aside: Unrestricted
- Anticipated Award Type: Firm-Fixed Price Purchase Order
- Delivery Requirement: All items by April 1, 2026, to USCG ALC, Elizabeth City, NC. Early/partial deliveries are desired.
- Quotation Due: February 04, 2026, 4:30 p.m. Eastern Time
- Anticipated Award Date: On or about February 06, 2026
- Published Date: February 03, 2026
Key Requirements for Offerors
- Brand Name Only: Only D-2 Incorporated brand-name items will be considered. This is justified as a sole-source procurement due to the unique capabilities of the PEAK Kit and the uneconomical nature of developing technical data for alternatives.
- Traceability: Clear, complete, documented, and auditable paper trail tracing each step from OEM or authorized distributor to current location. Non-OEM/authorized distributors must provide traceability prior to award.
- New Parts: All parts shall be NEW approved parts.
- Certificate of Conformance (COC): Required IAW FAR clause 52.246-15.
- Offer Content: Must include solicitation number, Offeror's name, address, telephone number, Unique Entity Identifier (UEI), and Electronic Funds Transfer (EFT) indicator.
- Agreement: Offerors must state the extent of their agreement with all terms, conditions, and provisions.
- No Drawings/Specifications: USCG does not have drawings, specifications, or schematics available.
Evaluation & Award
Award will be made to the lowest priced, technically acceptable offeror representing the best value to the Government. Technical acceptability will be rated as "acceptable" or "unacceptable," and pricing will be evaluated for fairness and reasonableness. The Government intends to award without discussions, so initial offers should contain the best terms.
Contact Information
Primary Point of Contact: Jackson Perry (Jackson.S.Perry@uscg.mil) Email Quotations: Preferred, send to Jackson.S.Perry@uscg.mil with "70Z03826QE0000021" in the subject line. Invoicing: Electronic submission encouraged to ALC-Fiscal@uscg.mil.