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)
Original Source
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
- Response Due: March 19, 2026.
- Published: March 4, 2026.
- Primary Contact: Carlos Diaz Garcia (Carlos.A.DiazGarcia@uscg.mil, 206-827-4024).
- Delivery/Tracking Contact: Michael Mooney (MICHAEL.P.MOONEY1@USCG.MIL, 571-607-6027).
People
Points of Contact
Carlos Diaz GarciaPRIMARY
Daniel J. NievesSECONDARY
Files
Versions
Version 1Viewing
Solicitation
Posted: Mar 4, 2026