VALVE, SAFETY RELIEF
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 soliciting quotations for ten (10) Safety Relief Valves (NSN: 4820-01-657-1440) for the 270 WMEC F/O Transfer Pump Relief Valve replacement project. This is a Total Small Business Set-Aside combined synopsis/solicitation, with proposals due by May 21, 2026, at 10:00 AM EST. The award will be a Firm Fixed Price contract based on the Lowest Price Technically Acceptable (LPTA) offer.
Scope of Work
The requirement is for ten (10) NIEZGODKA GMBH Standard-Safety-Valves, Type 30, Angled DN40 x DN40 (1.5" x 1.5") ANSI 16.5 Flanged, 150# with Type C Head, NI/30.1, 80 PSI, Size II, Carbon Steel Body. While a brand name part (Monarch Supply, Co., Inc.) is specified, offers of "equal" products will be considered if they meet salient physical, functional, or performance characteristics. Critical requirements include individual packaging and marking in accordance with ASTM-D-3951 and SP-PP&M-001, and barcoding per MIL-STD-129R. Standard commercial packaging is unacceptable, and failure to meet these requirements will result in rejection.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation
- Contract Type: Firm Fixed Price
- Set-Aside: Total Small Business
- NAICS Code: 334519 (Business Size Standard: 700 employees)
- Award Basis: All or none, Lowest Price Technically Acceptable (LPTA)
- Response Due: May 21, 2026, 10:00 AM EST
- Published Date: May 15, 2026
- Place of Performance: Curtis Bay, MD
Submission Requirements
Offerors must have valid DUNS numbers and be registered in SAM.gov. Quotes must include the company Tax Information Number (TIN) and a completed FAR 52.212-3, Offeror Representations and Certifications—Commercial Items. Offerors must also address the disclosure regarding foreign incorporated entities/inverted domestic corporations (HSAR 48 CFR 3009.104-70). Questions regarding packaging, packing, marking (PP&M), or bar-coding should be addressed to the Contracting Officer prior to award.
Key Documents
- FAR 52.212-3: Outlines mandatory representations and certifications for eligibility.
- MIL-STD-2073.pdf: Provides guidance on DoD packaging and marking requirements, relevant for understanding the specified military packaging standards.