VALVE,REGULATING,FLUID PRESSURE
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 17 Fluid Pressure Regulating Valves (P/N: V46BE-2C) manufactured by Johnson Controls Inc. This requirement supports contingency operations for the National Emergency at the Southern Border, providing inventory for the patrol boat fleet (87-WPB and 154-WPC vessels). Quotations are due by May 19, 2026, at 9:00 AM Eastern Standard Time.
Scope of Work
The requirement is for 17 units of VALVE, REGULATING, FLUID PRESSURE (NSN: 4820 00-812-4121, P/N: V46BE-2C). These brass-bodied, brass-stemmed valves are used on the water side of A/C systems, featuring 1-1/4 NPT threaded connections, aluminum bronze seats, and a diaphragm-mounted disk flow control device made of brass and Buna-N rubber. They have an outlet pressure range of 40-140 PSI and a maximum inlet pressure of 150 PSI.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (Commercial Item), Firm Fixed Price purchase order using Simplified Acquisition Procedures (FAR 13).
- Set-Aside: Total Small Business Set-Aside.
- NAICS: 332911 (Valves and Pipe Fittings Manufacturing), Size Standard: 500 employees.
- Response Due: May 19, 2026, 9:00 AM EST.
- Published: May 12, 2026.
Evaluation & Award
Award will be made on an all or none basis to a responsible offeror whose quotation is the lowest price technically acceptable and most advantageous to the Government.
Key Requirements
Offerors must submit quotations via email to Eric.I.Goldstein@uscg.mil. Submissions must include a valid DUNS number, SAM registration, company Tax Information Number (TIN), and a completed copy of FAR 52.212-3, Offeror Representations and Certifications—Commercial Items. A disclosure regarding inverted domestic corporations is also required.
Crucially, all items must be individually packaged in accordance with MIL-STD-2073-1E Method 10, cushioned, and packed in ASTM-D5118 double-wall fiberboard boxes. Marking must comply with MIL-STD-129R, including ISO/IEC-16388-2007 Code 39 symbology. Failure to meet these packaging, packing, marking, and bar-coding requirements will result in rejection. Offerors must explicitly state in their quote that they can meet these packaging requirements.
Applicable FAR Clauses
Key FAR clauses include 52.212-1 (Instructions to Offerors), 52.212-3 (Representations and Certifications), 52.212-4 (Contract Terms and Conditions), and 52.212-5 (Terms & Conditions Required to Implement Statutes or Executive Orders), with several specific clauses checked, such as 52.204-10 (Reporting Executive Compensation), 52.219-4 (HUBZone Price Preference), 52.219-6 (Total Small Business Set-Aside), 52.222-21 (Prohibition of Segregated Facilities), 52.222-26 (Equal Opportunity), 52.222-36 (Equal Opportunity for Workers with Disabilities), 52.222-50 (Combating Trafficking in Persons), 52.225-3 (Buy American-Free Trade Agreements), 52.225-13 (Restrictions on Certain Foreign Purchases), 52.226-8 (Text Messaging While Driving), and 52.232-33 (Electronic Funds Transfer).