V-BELT FOR ALTERNATOR/AIR CLEANER/STERN DRIVE/ANODE
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 (USCG), under the Department of Homeland Security, has issued a Special Notice indicating its intent to award a sole source contract to JOHNSON & TOWERS. This award, identified as 70Z04026Q50221B00, is for the procurement of essential replacement parts for 20' and 22' Cable (CBL) vessels. The justification for this sole source award is based on the determination that JOHNSON & TOWERS is the only responsible source capable of meeting agency requirements, as detailed in the attached Justification for Other Than Full and Open Competition (JOTFOC).
Scope of Work
The procurement is for specific replacement parts critical for the operational readiness of USCG vessels. These include:
- Twenty (20) ANODE (P/N: 3854130; NSN: 5340-01-661-0685)
- Twenty (20) BELT, V (P/N: 22283751; NSN: 3030-01-643-7212)
- Five (5) TENSIONER PULLEY (P/N: 21424647; NSN: 3950-37-529-6079)
- Thirty-Five (35) AIR CLEANER (P/N: 21379288; NSN: 2940-27-056-0233)
- Five (5) STERN DRIVE (P/N: 22491352; NSN: 2010-01-706-4114)
Contract Details
- Type: Special Notice (Intent to Award Sole Source)
- Awardee: JOHNSON & TOWERS
- Justification: FAR 13.106-1(b) – Only one responsible source, Brand Name clause. Technical data for these parts is unavailable, and replacements must conform to the JOHNSON & TOWERS brand to ensure proper operation and avoid mission degradation.
- Estimated Value: Falls within Simplified Acquisition Procedures (SAP) range (Over Micro-Purchase Threshold, up to the SAT).
- Place of Performance: Curtis Bay, MD
Response & Timeline
- Response Date: February 13, 2026, 05:00 PM EST
- Published Date: February 6, 2026
Additional Notes
Interested parties who believe they can meet the agency's requirements for these specific brand-name parts should review the attached JOTFOC for full details on the justification. The opportunity also includes a 'FAR CLAUSES.pdf' document, which compiles applicable Federal Acquisition Regulation clauses relevant to potential contracts.