PURIFIER, CENTRIFUGAL, OIL

SOL #: 70Z08526Q30067B00Solicitation

Overview

Buyer

Homeland Security
Us Coast Guard
SFLC PROCUREMENT BRANCH 2(00085)
ALAMEDA, CA, 94501, United States

Place of Performance

Curtis Bay, MD

NAICS

Industrial Machinery and Equipment Merchant Wholesalers (423830)

PSC

Centrifugals, Separators, And Pressure And Vacuum Filters (4330)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
May 12, 2026
2
Submission Deadline
May 22, 2026, 5:00 PM

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) Surface Forces Logistics Center (SFLC) is soliciting quotes for a Brand Name Only requirement for SEAL ASSEMBLY, SHAFT (NSN: 4330 01-654-8437). This is a Total Small Business Set-Aside opportunity. The solicitation seeks a Firm-Fixed-Price Purchase Order for four units of the IOW MP600 Centrifuge Filter, Part Number MP6002-21. Quotes are due by May 22, 2026, at 5:00 PM ET.

Scope of Work

This requirement is for 4 Each of the SEAL ASSEMBLY, SHAFT, specifically for the IOW MP600 Centrifuge Filter, Part Number MP6002-21. The item is described as a replacement for part # 73368 and includes a Centriclean SCU-0002 Monitoring Unit. This is a Brand Name Only solicitation; no substitutions are authorized. Vendors must be authorized distributors for the Original Equipment Manufacturer (OEM) and are required to provide an authorized distributor letter with their quotation. Packaging must comply with MIL-STD-2073-1E W/CHANGE 17 METHOD 10 and MIL-STD-12R W/CHANGE #2.

Contract Details

  • Contract Type: Firm-Fixed-Price Purchase Order.
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5).
  • Payment Terms: Net 30, in accordance with FAR 52.232-25. Invoicing must be submitted through the Invoice Processing Platform (IPP) at https://www.ipp.gov.
  • Delivery: Required by August 17, 2026. Delivery terms are FOB Destination to the USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Receiving Room- Building 88, Baltimore, MD 21226. Delivery hours are Monday through Friday, 0800 to 1500.

Submission & Evaluation

  • Submission Requirements: Offerors must provide their Vendor Name, Address, SAM.gov Unique Entity Identifier (UEI), CAGE Code, Phone, Email, and Point of Contact. Quotations must include Unit Price and Total Price (Shipping Included).
  • Evaluation: The award will be made to the responsible offeror whose offer is most advantageous to the Government, considering price and other factors as specified in FAR 52.212-2. The Government intends to evaluate offers and award without discussions, emphasizing that initial offers should represent the best terms.
  • Eligibility: Vendors must have an active registration in SAM.gov prior to award and provide specific small business representations and certifications. An authorized distributor letter from the OEM is mandatory.
  • Applicable Clauses: The solicitation incorporates various Federal Acquisition Regulation (FAR) clauses, including FAR 52.212-1 (Instructions to Offerors), FAR 52.212-2 (Evaluation), FAR 52.212-3 (Offeror Representations and Certifications), FAR 52.212-4 (Contract Terms and Conditions), and FAR 52.212-5 (Required To Implement Statutes or Executive Orders). Offerors are responsible for reviewing all referenced FAR clauses and ensuring SAM.gov data accuracy.

Key Dates & Contacts

People

Points of Contact

Carlos Diaz GarciaPRIMARY
Daniel J. NievesSECONDARY

Files

Files

Download
Download

Versions

Version 1Viewing
Solicitation
Posted: May 12, 2026