Award Watch: Coast Guard reference electrodes RFQ + multiple DoD NSN/TDP buys and DHA bridge NOI
Related opportunities
Executive takeaway
Most of the activity here is parts-driven buying. The cleanest near-term bid is the Coast Guard RFQ for REFERENCE ELECTRODES (50 each) where the biggest discriminator is compliance with the stated packaging/marking/barcoding rules and an on-time quote by the posted deadline. Several DoD items are NSN/TDP procurements; one explicitly states the Government has complete data rights (good sign for competition), while at least one DLA aviation item requires engineering source approval and signals limited/sole-source behavior. There is also a Defense Health Agency notice of intent to extend an incumbent service contract (no solicitation expected), but it does invite capability statements for parties that can credibly support similar work.
What the buyer is trying to do
US Coast Guard: keep cathodic protection systems supported with compliant spares
The Coast Guard Surface Forces Logistics Center is requesting quotations for reference electrodes used as part of the cathodic protection system onboard the 154' WPC. The notice emphasizes that standard commercial packaging is unacceptable and that noncompliance will be rejected at the warehouse and returned.
DoD supply commands: execute NSN replenishment buys (mix of competitive TDP and restricted sources)
NAVSUP Weapon Systems Support and DLA are soliciting/announcing multiple NSN line items, including a butterfly valve and a UPS assembly manufactured to a TDP/IRPOD with Government source inspection requirements. DLA Troop Support also lists an approved-source air conditioner buy where specs/drawings are not available.
Defense Health Agency: avoid a gap in TRICARE claims review services
DHA is issuing a notice of intent to extend the existing TRICARE Claims Review Services contract as a sole-source bridge action for up to 12 months to support transition to a future competitively awarded follow-on. No solicitation will be issued for the bridge, but interested parties may submit capability statements for consideration.
What work is implied (bullets)
- Reference electrodes supply (USCG): provide the specified reference electrode (cell) assembly with 6mm cable (manufacturer and part number are cited in the notice), quantity 50 each.
- Packaging, packing, marking, and barcoding (USCG): comply with MIL-STD-2073-1E Method 10 and marking IAW MIL-STD-129R, with barcoding IAW ISO/IEC-16388-2007 Code 39 symbology; individually package and box per ASTM-D5118 double-wall fiberboard requirement.
- FOB destination delivery (USCG): deliver to the Coast Guard logistics facility in Baltimore, Maryland (FOB Destination) and meet receiving/mark-for instructions as provided in the notice.
- TDP-based manufacturing (NAVSUP WSS / DLA): manufacture and deliver NSN items in accordance with TDP/IRPOD documents; one requirement specifies government source inspection and potential pre-production procedure submittals if applicable.
- Distribution delivery (NAVSUP WSS / DLA): ship to specified DLA distribution sites (e.g., Norfolk, VA; New Cumberland, PA; Tracy, CA) as stated per line item.
- Approved-source supply (DLA Troop Support): provide an NSN air conditioner from an approved source; the notice indicates specifications/drawings are not available.
- Engineering source approval path (DLA Aviation): for the structural component, alternates must qualify via the design control activity’s approved procedures; the notice describes data/knowledge not economically available to the Government.
- Claims review services continuity (DHA): for the bridge NOI, the described work is evaluating the accuracy of claims payment and payment record coding under the TRICARE Claims Review Services contract; capability statements are invited within the synopsis timeframe.
Who should bid / who should pass (bullets)
- Bid (strong fit)
- Marine/defense industrial suppliers who can deliver the exact reference electrode assembly specified and can prove packaging/marking/barcoding compliance (USCG electrodes RFQ).
- Manufacturers/job shops that routinely build to DoD TDPs and can support government source inspection (NAVSUP WSS UPS assembly; NAVSUP WSS butterfly valve).
- Firms holding or able to obtain access to the required technical documents portals referenced in the notices (e.g., TDP/IRPOD access).
- Healthcare claims audit/review contractors with demonstrated ability to meet personnel security and system security/connectivity expectations (for DHA capability statement positioning for the follow-on environment, even though the bridge itself is sole-source).
- Pass (likely poor fit)
- Vendors who cannot meet non-negotiable Coast Guard packaging/packing/marking/barcoding requirements (the notice states noncompliance will be rejected and returned; quotes won’t be accepted if you can’t meet requirements).
- Firms without a realistic path to engineering source approval for the DLA Aviation structural component (expect a longer qualification cycle than a typical buy supports).
- Non-approved sources for the air conditioner NSN where the buy identifies an approved source and also states specs/drawings are not available (high risk of being nonresponsive).
Response package checklist (bullets; if unknown say 'verify in attachments')
- USCG electrodes RFQ (70Z08026QZB017)
- Quote submitted by the stated deadline (2026-02-12T15:00:00+00:00).
- Explicit acknowledgement of “all or none” basis and LPTA approach as described.
- Completed line item pricing and delivery/lead time confirmation.
- Packaging/packing/marking/barcoding compliance statement referencing MIL-STD-2073-1E Method 10, MIL-STD-129R, and ISO/IEC-16388-2007 Code 39 (and the ASTM-D5118 box requirement).
- FOB Destination acceptance and shipping/mark-for alignment.
- Company registrations/identifiers as required in the notice (e.g., SAM registration; verify any additional quote reps/certs in attachments).
- NAVSUP WSS UPS assembly RFP (N0010426RBL72)
- Entire RFP completed and signed (the notice states incomplete packages won’t be considered).
- Access/plan to obtain TDP/IRPOD and associated technical docs from the referenced portal (verify in attachments for exact document list).
- Plan to support government source inspection.
- Pre-production procedure submittals if applicable (confirm applicability in the RFP/attachments).
- Delivery plan aligned to “120 days after date of contract” requirement stated in the notice.
- NAVSUP WSS butterfly valve (N0010426QBL74)
- Quote/proposal per the solicitation instructions (verify in attachments).
- Ability to build to TDP Version 002 and meet A/RMC 1 or 2 validity requirement as stated.
- DHA TCRS bridge NOI
- Capability statement (only if submitting as an interested party; no solicitation/quotes expected for the bridge).
- Focus on ability to perform similar claims accuracy/coding evaluation work and support transition-in expectations described (personnel security; system security/connectivity).
- Submission timing: “within the time set forth in this synopsis” (verify the exact window in the notice).
- Other DLA Aviation notices (blind rivet; amplifier)
- Verify in attachments (descriptions not available in the snippet).
Pricing & strategy notes (how to research pricing; do not invent pricing numbers)
- USCG electrodes (LPTA): because award is described as lowest price technically acceptable on an all-or-none basis, spend your effort on eliminating compliance ambiguity (packaging/marking/barcoding) and tightening lead times, then price competitively against prior buys. Research:
- Pull prior award history for the NSN 6630-99-553-5405 and the cited manufacturer part number to understand typical unit pricing and freight patterns.
- Benchmark the incremental cost of MIL-STD-2073-1E Method 10 packaging, MIL-STD-129R marking, and Code 39 barcoding (labeling workflow, QA checks, and rejection risk).
- TDP manufacturing buys: for the butterfly valve and UPS assembly, your cost realism hinges on first-pass yield against the TDP, inspection readiness, and documentation burden. Research:
- Review the TDP version listed (VER 002) and identify long-lead materials, test requirements, and any special processes that drive quoting risk.
- Validate distribution-point delivery impacts (multiple ship-to locations can change packaging and handling costs).
- Approved source / source approval actions: where the notice flags approved source or engineering source approval, price is secondary if you can’t meet eligibility. Strategy:
- Decide early whether you are quoting as an approved source/authorized distributor or pursuing qualification (and if pursuing qualification, confirm whether the buy timeline supports it).
Subcontracting / teaming ideas (bullets)
- For the USCG electrodes RFQ, consider a packaging/labeling subcontractor experienced with MIL-STD-2073-1E and MIL-STD-129R workflows if you can supply the part but lack compliant packaging operations.
- For TDP-based manufacturing, partner with a machine shop or electronics manufacturer already set up for government source inspection and disciplined configuration control.
- For the DHA claims review environment (future positioning), line up teammates that can credibly support the notice’s stated transition-in challenges (staff recruiting/training; personnel security; system security/connectivity), even though the bridge action itself is not being competed.
Risks & watch-outs (bullets)
- USCG packaging is a gate: the notice states standard commercial packaging is unacceptable, and failure to meet packing/packaging/marking/barcoding requirements will result in warehouse rejection and return shipment.
- All-or-none award (USCG): partial awards are not described; ensure you can supply the full quantity (50 each) within your proposed delivery.
- Document access friction: some solicitations require obtaining technical documents through specific portals; build time for registration/access and don’t wait until the last week.
- Engineering source approval timing (DLA Aviation structural component): alternate source qualification is controlled by the design control activity; it can be longer and more expensive than the immediate buy supports.
- Approved source limitation (air conditioner): the notice identifies an approved source and also says specs/drawings are not available—raising the risk of an unquoteable requirement unless you already have the exact supply path.
- No solicitation expected (DHA bridge NOI): treat it as market research / positioning only; do not burn full proposal resources unless you are preparing a concise capability statement.
- Missing details in some notices: the blind rivet and amplifier postings provide no description in the snippet—verify the actual requirements before committing bid resources.
Related opportunities
- ELECTRODES, REFERENCE (USCG) — 70Z08026QZB017
- ASSY, UPS (NAVSUP WSS) — N0010426RBL72
- VALVE, BUTTERFLY (NAVSUP WSS) — N0010426QBL74
- AIR CONDITIONER (DLA Troop Support) — SPE8E826Q0179
- STRUCTURAL COMPONEN (DLA Aviation) — SPRPA126RZA18
- TRICARE Claims Review Services (TCRS) bridge NOI (DHA)
- 53--RIVET,BLIND (DLA Aviation) — SPE4A625T04F6
- 59--AMPLIFIER,RADIO FRE (DLA Aviation) — SPRPA126RUA20
How to act on this
- Pick one lane: compliant USCG electrodes supply, TDP manufacturing, or capability-statement positioning for DHA—don’t try to chase all of them with the same team.
- For the USCG RFQ, validate you can meet the exact packaging/marking/barcoding requirements before finalizing pricing and submitting.
- For TDP/IRPOD buys, secure technical data access immediately and confirm inspection/submittal requirements from the solicitation package (verify in attachments).
- If you need help triaging fit, building a compliant response package, or mapping a teaming plan, engage Federal Bid Partners LLC for capture and submission support.