STRAINER 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 requesting quotations for Strainer Sediments (NSN: 4730-01-727-9599, PN: ST072015BT1021, MFGR: Eaton Corp.). This is a Total Small Business Set-Aside (per FAR 52.219-6) for a Firm Fixed Price contract, awarded on a Lowest Price Technically Acceptable (LPTA) basis. Quotations are due by February 16, 2026, at 10:00 AM EST.
Scope of Work
The requirement is for 20 units of Strainer Sediment, specifically designed as a component of the 154' Fast Response Cutters Raw Water - Shaft Cooling System. Key specifications include a bronze body and cover, Monel K400 screen, 5/32" perf dia, 316 SSTL yoke and yoke screw, Buna-N O-ring, and 1/4" NPT vent.
Mandatory packaging requires individual packaging in accordance with MIL-STD-2073-1E Method 10, cushioned and packed in an ASTM-D5118 double-wall fiberboard box. Marking must comply with MIL-STD-129R, with bar-coding per ISO/IEC-16388-2007, CODE 39 symbology. Standard commercial packaging is unacceptable. Vendors may use a third party for packaging, with additional costs provided in the quotation. Delivery is F.O.B. Destination to USCG SFLC in Baltimore, MD.
Contract Details
This is a combined synopsis/solicitation for a commercial item, prepared under FAR Subpart 12.6 and utilizing simplified acquisition procedures (FAR 13.106). The NAICS code is 333998 with a business size standard of 700 employees. Award will be made on an all-or-none basis to the most advantageous, responsible offeror. Brand name parts are mandatory, but "equal" products meeting salient characteristics will be considered.
Submission Requirements & Evaluation
Offerors must have valid DUNS numbers and be registered in the System for Award Management (SAM.gov), providing their Tax Information Number (TIN) with their offer. Submissions must include a completed FAR 52.212-3, Offeror Representations and Certifications—Commercial Items, and a disclosure regarding inverted domestic corporations (HSAR 48 CFR 3009.104-70). The award will be based on the Lowest Price Technically Acceptable criteria.
Applicable Clauses & Guidance
Key FAR clauses include 52.212-1 (Instructions to Offerors), 52.212-4 (Contract Terms and Conditions), and 52.212-5 (Contract Terms & Conditions Required to Implement Statutes or Executive Orders). Notably, FAR 52.219-6 (Notice of Total Small Business Set-Aside) applies. Offerors should also review HSAR 3052.209-70 and CGAP 3042.302-90. The "Packaging and Marking Guide For DoD" (MIL-STD-2073) provides useful context for understanding the strict packaging requirements.