STRAP, RETAINING
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 U.S. Coast Guard Surface Forces Logistics Center (SFLC), under the Department of Homeland Security, is soliciting quotes for a Brand Name Only requirement for 14 STRAP, RETAINING units manufactured by EVOQUA WATER TECHNOLOGIES CORP. This is a Total Small Business Set-Aside solicitation. Quotes are due May 25, 2026, by 5:00 PM ET.
Scope of Work
This solicitation is for 14 EA of STRAP, RETAINING, NSN: 5340-01-126-4569, Part Number: 37073B (Alternate Part #: W3T105142), manufactured by EVOQUA WATER TECHNOLOGIES CORP. The straps are described as 2.500" overall width, 0.0300" material thickness, 60" length, solid silver material, and are used for WMSL grounding assembly and hull cathodic protection systems. Packaging must comply with MILSTD-2073-1E, Method 10, Change 4, and marking per MILSTD-129R, Chg 3.
Contract & Timeline
- Type: Firm-Fixed Price Purchase Order (Solicitation)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- Response Due: May 25, 2026, 5:00 PM ET
- Published: May 13, 2026
- Required Delivery Date: October 6, 2026
- Payment Terms: Net 30 (FAR 52.232-25)
- Shipping: FOB Destination to USCG SFLC, Baltimore, MD 21226.
Submission & Evaluation
This is a Brand Name Only solicitation; no substitutions will be authorized. Interested vendors must be an authorized distributor for the requested material and are required to provide an authorized distributor letter from the Original Equipment Manufacturer (OEM) with their quotation. Quotes must include Vendor Name, Address, SAM.gov UEI, CAGE Code, Phone, Email, and Point of Contact. Award will be made to the responsible offeror whose offer is most advantageous to the Government, considering price and other factors as outlined in FAR 52.212-2. Offerors must complete representations and certifications (FAR 52.212-3) and ensure their SAM.gov registration is active and accurate prior to award. Invoicing must be submitted through the Invoice Processing Platform (IPP) at https://www.ipp.gov.
Additional Notes
All inquiries regarding equipment and packaging should be directed to John Kane at John.G.Kane@uscg.mil or (410) 762-6039. General contract inquiries can be directed to Carlos Diaz Garcia (Carlos.A.DiazGarcia@uscg.mil) or Daniel J. Nieves (daniel.j.nieves@uscg.mil).