VALVE ASSEMBLY
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 soliciting quotations for 27 AMOT Intake Air Shut Off Valve Assemblies (NSN: 4820-01-628-8177). This is a Total Small Business Set-Aside opportunity, with award based on the Lowest Price Technically Acceptable (LPTA) criteria for a Firm Fixed Price (FFP) contract. Quotations are due by January 26, 2026, at 10:00 AM Eastern Standard Time.
Scope of Work
The requirement is for 27 units of VALVE ASSEMBLY, AMOT INTAKE AIR SHUT OFF VALVE TO THE SSDG (MFG: AMOT CONTROLS CORPORATION, PN: 4261D02A072). The valve is solenoid and manually operated. Each item must be individually packaged in accordance with MIL-STD-2073-1E Method 10, cushioned to prevent movement and damage, and then packed in an ASTM-D5118 double-wall fiberboard box. Marking must comply with MIL-STD-129R, including barcoding per ISO/IEC-16388-2007, Code 39 Symbology. Failure to meet these strict packaging, packing, marking, and barcoding requirements will result in rejection. Standard commercial packaging is unacceptable. Delivery is F.O.B. Destination to the USCG Surface Forces Logistics Center in Baltimore, MD.
Contract & Timeline
- Type: Combined Synopsis/Solicitation, Firm Fixed Price (FFP) contract, utilizing Simplified Acquisition Procedures (FAR 13.106).
- Set-Aside: Total Small Business.
- Response Due: January 26, 2026, 10:00 AM EST.
- Published: January 17, 2026.
- Award Basis: All or none, to the most advantageous, responsible offeror.
Evaluation & Submission Requirements
Award will be made based on the Lowest Price Technically Acceptable (LPTA). Offerors must:
- Be registered in SAM.gov with a valid DUNS number and provide their Tax Information Number.
- Submit a completed FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (Oct 2025) with their quote.
- Address the disclosure regarding inverted domestic corporations (HSAR 48 CFR 3009.104-70 through 3009.104-73) and acknowledge HSAR 3052.209-70 (Prohibition on contracts with corporate expatriates).
- Comply with all applicable FAR clauses, including those listed in FAR 52.212-5, such as FAR 52.219-6 (Notice of Total Small Business Set-Aside) and FAR 52.225-1 (Buy American Act-Supplies).
- Adhere strictly to the specified military packaging and marking standards; commercial packaging is not accepted.
Contact Information
For inquiries, contact Donna Scandaliato at DONNA.M.SCANDALIATO@USCG.MIL or 410-762-6259.