STRAINER ELEMENT, SEDIMENT
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 United States Coast Guard Surface Forces Logistics Center (USCG SFLC) is seeking quotations for 30 STRAINER ELEMENT, SEDIMENT (NSN 4730 01-593-3028, MFG: MILLER-LEAMAN INC., PART_NBR: ML21143). This is a Total Small Business Set-Aside combined synopsis/solicitation. The government anticipates a non-competitive sole source purchase order to Miller-Leaman or its authorized distributors, as the period for other vendors to challenge this intent has passed. Quotes are due by March 20, 2026, 9:00 AM Eastern Standard Time.
Scope of Work
The requirement is for 30 strainer elements, specifically the FRC 10" STRAINER BASKET ASSEMBLY (ML21217 basket and ML10934 gasket combined). Key specifications include a basket top flange outside diameter of 13-1/8", body outside diameter of 11-1/2", handle height of 12-11/16", handle width of 14-1/2", and an overall height of 30-13/16". The material must be Copper-Nickel. Substitute parts are not acceptable.
Packaging and Marking
All items must be individually preserved and packaged in accordance with MIL-STD-2073-1E Method 10, using ASTM-D6251 Type III, Class 1 wood-cleated panel-board, ASTM-D6880 Class 2 heavy-duty screwed wooden, or ASTM-D5118 heavy-duty double-wall fiberboard boxes. Items over 50 lbs must be skid-mounted or secured to a pallet for forklift use. Marking must comply with MIL-STD-129R, with bar coding per ISO/IEC-16388-2007, Code 39 Symbology. Standard commercial packaging is unacceptable; failure to meet these requirements will result in rejection. Offerors must explicitly state their ability to meet packaging requirements in their quote.
Contract Details
This is a combined synopsis/solicitation for a commercial item, prepared under FAR Subpart 12.6. The NAICS code is 333998 with a 500-employee business size standard. Award will be made on an all or none basis to the responsible offeror with the lowest price technically acceptable quote, under a Firm Fixed Price Contract.
Submission Requirements
Quotes must be submitted via email to Eric.I.Goldstein@uscg.mil by the deadline. Offerors must have valid DUNS numbers, be registered with the System for Award Management (SAM), and provide their Tax Information Number (TIN). A completed FAR 52.212-3, Offeror Representations and Certifications—Commercial Items, is required. For non-OEM offerors, a letter from the OEM verifying authorized distributor status and genuine OEM parts is mandatory.
Applicable FAR Clauses
Key clauses include FAR 52.212-1 (Instructions to Offerors), 52.212-3 (Representations and Certifications), 52.212-4 (Contract Terms and Conditions), and 52.212-5 (Contract Terms & Conditions Required to Implement Statutes or Executive Orders). Specific clauses checked under 52.212-5 cover areas such as reporting executive compensation, protecting government interest in subcontracting, HUBZone preference, total small business set-aside, Buy American, restrictions on foreign purchases, equal opportunity, and combating trafficking in persons.