SWITCH, LIQUID LEVEL
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 (SFLC) is requesting quotations for 25 Liquid Level Switches for use on EDG Fuel Oil and L/O Tank Level Sensors. This is a Total Small Business Set-Aside combined synopsis/solicitation, with award based on Lowest Price Technically Acceptable (LPTA) on an all-or-none, Firm Fixed Price basis. Quotations are due by May 21, 2026, at 9:00 AM Eastern Standard Time.
Scope of Work
The requirement is for 25 units of a specific liquid level switch. The original part is GEMS SENSORS INCORPORATED, PART_NBR: 232279. The Coast Guard has identified a replacement part, P/N: 549018-4466 (PT-400-L1-2-PSI-G-E19-20-P1-N0-M1-S11-B92), which is stated to have the same fit, form, and function. A special 1/2"M x 1/2"F SNUBBER must be included. While a brand name part is mandatory for consideration, offers of "equal" products that meet salient physical, functional, or performance characteristics will be evaluated for acceptability by the USCG.
Key Requirements
- Packaging: Items must be individually packaged 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 IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY. Standard commercial packaging is unacceptable. Vendors must provide photos of the packaging, packing, and marking (PP&M) to the Contracting Officer for approval prior to shipping. Failure to meet these requirements will result in warehouse rejection.
- Third-Party Packaging: Vendors may use a third party for packaging if necessary, but additional costs must be included in the quotation.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (FAR Subpart 12.6) for a commercial item.
- NAICS: 333998 (Liquid And Gas Flow, Liquid Level, And Mechanical Motion Measuring Instruments), Size Standard: 500 employees.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Award Type: Firm Fixed Price, all or none.
- Published Date: May 14, 2026.
- Quotation Due: May 21, 2026, at 9:00 AM Eastern Standard Time.
Submission & Evaluation
Quotations must be submitted via email to Eric.I.Goldstein@uscg.mil. Offerors must have a valid DUNS number, be registered in SAM, and provide their Tax Information Number (TIN) with their offer. Award will be made to the lowest price technically acceptable offeror. Offerors must also submit a disclosure regarding inverted domestic corporations and a completed copy of FAR 52.212-3, "Offeror Representations and Certifications—Commercial Products and Commercial Services," which details various business status and compliance certifications.
Applicable FAR Clauses
This solicitation incorporates 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), including clauses related to Total Small Business Set-Aside (52.219-6, 52.219-13), Buy American (52.225-3), and Restrictions on Certain Foreign Purchases (52.225-13).