Skip to content
← Back to blog

Set-Aside Pulse: Coast Guard reference electrodes & refrigerant gas detectors (and other small-business hardware buys)

Feb 07, 2026Taylor NguyenCapture Strategy Analyst4 min readset aside pulse
small business set-asideUS Coast GuardNAVSUP WSSAir Forcepackaging requirementsLPTAFAR Part 12simplified acquisitioncathodic protectionbarcoding
Opportunity snapshot
ELECTRODES, REFERENCE
HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSet-aside: SBANAICS: 333998PSC: 6630
Posted
2026-02-07
Due
2026-02-12T15:00:00+00:00

Related opportunities

Executive takeaway

Two U.S. Coast Guard Surface Forces Logistics Center (SFLC) combined synopsis/solicitations are moving fast and are explicitly unforgiving on packaging, packing, marking, and barcoding. If you can comply with MIL-STD-2073-1E Method 10, MIL-STD-129R, and barcoding to ISO/IEC-16388-2007 (Code 39), these are straightforward firm-fixed-price, lowest-price-technically-acceptable (LPTA) supply quotes with delivery FOB destination to the SFLC warehouse in Baltimore.

In the same posting window, there’s also a brand-name set-aside for a NuStream Filtration DI water system (Air Force), a made-to-order mooring line replacement (Coast Guard), and several NAVSUP WSS items where technical data rights and government source inspection can heavily shape whether competition is realistic.

What the buyer is trying to do

Coast Guard SFLC: keep cutters operational with stocked, properly packaged spares

SFLC is buying specific, identified parts for operational systems and wants them delivered to its Baltimore receiving location without creating downstream warehouse rework. The notices emphasize that items arriving without compliant preservation/packaging/marking/barcoding will be rejected and returned, delaying acceptance and payment.

  • Reference electrode assemblies used in a cathodic protection system onboard a 154' WPC (quantity 50 each; identified manufacturer and part number).
  • Refrigerant gas detectors (quantity 10 each; identified manufacturer and part number).

Other buyers in this pulse

  • Air Force Sustainment Center (Robins AFB) intends to buy a brand-name DI water system as described in an attached purchase description, with DCMA pre-award survey for financial capability.
  • USCG District buy to replace USCGC MUNRO mooring lines with made-to-order specifications and a requested 30-day lead time.
  • NAVSUP WSS posts multiple supply actions ranging from fully data-supported manufacturing candidates (butterfly valve) to a notice of intent for one-source due to data rights constraints (encoder), and an RFP for an UPS assembly with government source inspection and controlled access to technical documents.

What work is implied (bullets)

  • Source exact items by NSN/manufacturer/part number as stated in each notice (no “commercial equivalent” language is provided in the snippets).
  • Execute strict PP&M for SFLC items:
    • Preservation/packaging per MIL-STD-2073-1E Method 10.
    • Marking per MIL-STD-129R.
    • Barcode per ISO/IEC-16388-2007, Code 39 symbology.
    • Use compliant shipping containers (e.g., the reference electrode callout specifies an ASTM-D5118 double-wall fiberboard box) and pack to prevent movement/damage.
  • Deliver FOB destination to the stated government receiving locations (SFLC Baltimore for both Coast Guard SFLC parts; DLA distribution points for NAVSUP WSS items).
  • Prepare an LPTA quote for the SFLC buys under simplified acquisition procedures (FAR 13.106), with award on an all-or-none basis.
  • For the Air Force DI water system, confirm brand-name NuStream Filtration compliance against the attached Purchase Description and be prepared for a DCMA pre-award survey related to financial capability.
  • For NAVSUP WSS manufacturing actions, obtain and comply with the referenced TDP/IRPOD as applicable, and plan for government source inspection and required submittals if stated.
  • For the mooring lines, manufacture made-to-order lines to the provided physical specs (diameter, length, splice method, fiber type, eyes) and meet the requested lead time.

Who should bid / who should pass (bullets)

  • Bid if you:
    • Have a proven in-house or partner capability to meet MIL-STD-2073-1E/MIL-STD-129R requirements and apply/verify Code 39 barcodes to ISO/IEC-16388-2007.
    • Can supply the exact identified items (or can verify acceptability of alternates in the attachments/notice language before quoting).
    • Operate clean, repeatable kitting/pack-out processes that reduce risk of warehouse rejection.
    • For the mooring lines: already build double-braid Class I spliced lines and can meet the stated dimensions/specs.
    • For NAVSUP WSS TDP-based items: can access/interpret TDPs and support government source inspection where required.
  • Pass if you:
    • Rely on standard commercial packaging for shipping—SFLC states it is unacceptable for these buys and that noncompliance means the quote will not be accepted.
    • Can’t produce compliant barcoding/label placement or don’t control the packaging step (high risk of rejection/returns).
    • Are trying to break into the “one-source due to data rights” NAVSUP WSS encoder action without a credible capability case; the notice is not a request for competitive proposals.
    • Cannot obtain required controlled-access technical documents (e.g., IRPOD/TDP access) in time to bid confidently.

Response package checklist (bullets; if unknown say “verify in attachments”)

  • Completed quotation response by the stated deadline (these Coast Guard SFLC buys state the notice is the only solicitation and a written solicitation will not be issued).
  • Line-item pricing and confirmation of all-or-none approach where stated.
  • Explicit statement of compliance to:
    • MIL-STD-2073-1E Method 10 preservation/packaging
    • MIL-STD-129R marking
    • ISO/IEC-16388-2007 barcoding, Code 39 symbology
  • Packaging plan narrative (materials, cushioning, box spec where required, label/barcode placement) tied to the notice language.
  • Delivery/ship-to acknowledgement (FOB destination and receiving location as stated).
  • Proof of required registrations/identifiers as stated in the notice (e.g., SAM registration; verify any additional items in attachments).
  • For the Air Force DI water system: compliance matrix against the Purchase Description (Attachment 1) (verify in attachments).
  • For NAVSUP WSS RFP actions: signed/complete RFP response and any required technical/quality submittals (verify in the solicitation and attachments).

Pricing & strategy notes (how to research pricing; do not invent pricing numbers)

  • Start with the packaging burden. For SFLC, the cost driver is often not the unit itself but the compliant PP&M workflow: preservation method, cushioning, compliant outer container, and barcode/marking labor. Price to avoid a rejection-and-return scenario.
  • Confirm whether the part must be OEM. The Coast Guard notices list manufacturer and part number; do not assume alternates are acceptable unless the solicitation language or attachments explicitly allow it.
  • Use recent award research. Look up prior buys by NSN and part number (and the same ship-to/warehouse) to gauge typical lead times and PP&M expectations; then adjust for current labor and materials.
  • Be cautious on brand-name set-asides. The DI water system is a brand-name set-aside for NuStream Filtration; pricing should reflect authorized sourcing and any warranty/support terms required in the PD (verify in attachments).
  • For TDP-based NAVSUP actions, price in first-article, inspection readiness, and any pre-production submittals if applicable (the UPS assembly notice states government source inspection and pre-production procedure submittals if applicable).

Subcontracting / teaming ideas (bullets)

  • Pair a distributor/sourcing prime with a specialty MIL-spec packaging house that routinely executes MIL-STD-2073-1E/MIL-STD-129R and Code 39 barcoding.
  • For mooring lines, team with a rope manufacturer/splicing shop experienced in double-braid Class I splices and producing covered eyes to spec.
  • For NAVSUP WSS TDP manufacturing actions, partner with a machine shop/assembler comfortable with government source inspection, and keep document control tight to the TDP version cited.
  • For the DI water system, coordinate with authorized brand channels for NuStream Filtration to reduce performance and eligibility risk (verify the brand-name restriction details in the notice/PD).

Risks & watch-outs (bullets)

  • Warehouse rejection risk (Coast Guard SFLC): both SFLC notices warn that failure to meet PP&M and barcoding requirements will result in rejection/return and delayed payment.
  • “Standard commercial packaging is unacceptable” is stated explicitly; if your fulfillment model can’t guarantee compliance, do not bid.
  • All-or-none award (SFLC): ensure you can deliver the full quantity (e.g., 50 reference electrodes; 10 gas detectors) with consistent packaging and labeling.
  • Data rights constraints (NAVSUP encoder): the government states it does not own the rights to use the data needed to purchase/repair from additional sources and indicates intent to solicit/negotiated with only one source under FAR 6.302-1.
  • Controlled-access technical docs (NAVSUP UPS assembly): technical documents are hosted on a password-protected site; inability to access in time can derail your proposal.
  • Inspection/submittals (NAVSUP UPS assembly): government source inspection is required; pre-production procedure submittals may be required if applicable—plan quality resources accordingly.
  • Brand-name restriction (Air Force DI water system): confirm you meet the brand-name requirement and any PD criteria; a DCMA pre-award survey is expected for financial capability.

Related opportunities

How to act on this

  1. Pick your target: SFLC PP&M-driven buys (fast-turn quoting) vs. brand-name DI system vs. made-to-order mooring lines vs. NAVSUP TDP manufacturing.
  2. For SFLC items, write a one-page PP&M compliance plan that mirrors the notice language (MIL-STD references + ISO/IEC barcode + packing to prevent movement).
  3. Validate sourcing (exact MFG/PN) and confirm you can deliver FOB destination to the stated receiving location.
  4. Build pricing that includes compliant preservation, labeling/barcoding, and the operational cost of avoiding rejection/returns.
  5. If you want help pressure-testing eligibility, packaging compliance, and a bid/no-bid decision, engage Federal Bid Partners LLC for capture support.

Related posts