Rebuild Kit, Breather

SOL #: 70Z08526Q40070B00Solicitation

Overview

Buyer

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

Place of Performance

Curtis Bay, MD

NAICS

Other Motor Vehicle Parts Manufacturing (336390)

PSC

Valves, Nonpowered (4820)

Set Aside

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

Timeline

1
Posted
Mar 4, 2026
2
Submission Deadline
Mar 19, 2026, 5:00 AM

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), under the Department of Homeland Security, is issuing a Solicitation for the procurement of Rebuild Kits and Breathers. This opportunity is designated as a Total Small Business Set-Aside. The required items include 12 Rebuild Kits (NSN: 3040 01-715-1835, Part #: DC-RS-9-RK) and 17 Breathers (NSN: 3040-01-715-1835, Part #: DC-RS-9). Responses are due by March 19, 2026.

Scope of Work

This solicitation seeks vendors to supply specific mechanical components:

  • 12 Each of REBUILD KIT, BREATHER (NSN: 3040 01-715-1835, Part #: DC-RS-9-RK)
  • 17 Each of BREATHER (NSN: 3040-01-715-1835, Part #: DC-RS-9) No substitutions are authorized without prior approval from USCG SFLC Technical Experts.

Key Requirements & Deliverables

Contractors must adhere to stringent packaging and marking standards:

  • Packaging: Individual items must be packaged in accordance with MIL-STD-2073-1E Method 10, utilizing cardboard boxes with cushioning and dunnage to restrict movement.
  • Labeling: Each package requires a label detailing Item Name, Part Number, NSN, Quantity, Condition (COND-A), and Contract/Order Number.
  • Marking & Barcoding: All materials must be marked in accordance with MIL-STD-129R and barcoded per ISO/IEC-16388-2007 Code 39 Symbology.
  • Quality Assurance: If the Q/A Inspection block is checked, the contractor must notify the Contracting Officer at least seven calendar days prior to inspection or testing.
  • FAR Clauses: The contract incorporates numerous Federal Acquisition Regulation (FAR) clauses by reference, covering commercial items, small business concerns, equal opportunity, foreign purchases, payment terms, and inspection of supplies. Offerors must be registered in the System for Award Management (SAM).

Contract Details

  • Type: Solicitation
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Shipping: FOB Destination is required. All freight and shipping charges must be included in the total price and will be added to the final cost.
  • Delivery Location: USCG CENTER, 2401 HAWKINS POINT ROAD, RECEIVING ROOM- BUILDING 88, BALTIMORE, MD 21226. Deliveries are accepted Monday through Friday, 8 am to 3 pm.
  • Invoicing: All invoicing must be processed through https://www.ipp.gov as Non-PO invoices for the Surface Force Logistics Center, Baltimore. A copy of the invoice must also be sent to Carlos.A.DiazGarcia@uscg.mil. Invoices must include specific contract and vendor details.

Submission & Deadlines

People

Points of Contact

Carlos Diaz GarciaPRIMARY
Daniel J. NievesSECONDARY

Files

Files

Download
Download

Versions

Version 1Viewing
Solicitation
Posted: Mar 4, 2026
Rebuild Kit, Breather | GovScope