Skip to content
Department of Homeland Security

52000RQ260002416- USCGC Active and USCGC Diligence Air Circuit Breaker

Solicitation: 52000RQ260002416
Notice ID: 355ee6ff3023428290f2e7c7d328e610

Combined Synopsis Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: VA. Response deadline: Mar 02, 2026. Industry: NAICS 336611 • PSC 5925.

Market snapshot

Awarded-market signal for NAICS 336611 (last 12 months), benchmarked to sector 33.

12-month awarded value
$10,593,880,397
Sector total $20,341,046,444 • Share 52.1%
Live
Median
$855,039
P10–P90
$45,999$21,186,181
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
52.1%
share
Momentum (last 3 vs prior 3 buckets)
+100%($10,593,880,397)
Deal sizing
$855,039 median
Use as a pricing centerline.
Live signal is computed from awarded notices already observed in the system.
Signals shown are descriptive of observed awards; not a forecast.

Related hubs & trends

Navigate the lattice: hubs for browsing, trends for pricing signals.

We write these bids →
Open on SAM.gov →
Map for VA
Live POP
Place of performance
Norfolk, Virginia • 23510 United States
State: VA
Contracting office
Norfolk, VA • 23510 USA

Point of Contact

Name
Karla P. Balint
Email
karla.p.balint@uscg.mil
Phone
Not available

Agency & Office

Department
HOMELAND SECURITY, DEPARTMENT OF
Agency
US COAST GUARD
Subagency
SFLC PROCUREMENT BRANCH 1(00080)
Office
Not available
Contracting Office Address
Norfolk, VA
23510 USA

More in NAICS 336611

Description

52000RQ260002416- USCGC Active and USCGC Diligence Air Circuit Breaker

This requirement includes brand-name only materials and/or services as outlined in the attached Statement of Work (SOW) and Specifications. Due to compatibility, standardization, and lifecycle support considerations, only Schneider Electric products or services are acceptable for this requirement. Substitutions will not be considered.

This restriction is supported by a Justification and Approval (J&A) in accordance with FAR 11.105 and it is attached to this solicitation. To ensure warranty compliance, safety, and proper integration with existing systems, only authorized vendors of Schneider Electric may provide parts under this requirement

Offerors must provide proof of authorized source status by submitting a valid Letter of Authorization (LOA) from the Original Equipment Manufacturer (OEM) or brand owner, confirming the vendor is an authorized distributor, reseller, or service provider for Schneider Electric.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information in this notice. This solicitation is issued as a Request for Quote Number 52000RQ260002416. This procurement will be processed in accordance with FAR Part 12.

The North American Industry Classification System (NAICS) is 336611. The small business size standard is 1300. This is being issued on an unrestricted basis, and all responsible sources may submit a proposal that will be considered. However, although this requirement is solicited under full and open competition, the Government reserves the right to issue the award as a small business set-aside if advantageous and in accordance with FAR 19.502-2.  This synopsis/solicitation is issued pursuant to FAR 13.106-1(b), and the resultant purchase order will be awarded on a firm-fixed price basis using simplified acquisition procedures in accordance with FAR 13.


THE UNITED STATED COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUEST THE CONTRACTORS TO PROVIDE PRICING FOR THE FOLLOWING REQUIREMENT:

The contractor shall provide USCGC Active and USCGC Diligence Air Circuit Breaker

A. REQUIREMENT:

1. See attached SOW.

2. Place of Delivery (FBO Destination)

USCG SFLC-MECPL

Attn: Christopher Landers (CTR)

300 E Main St

Norfolk, VA 23510-9102

3. REQUIRED DELIVERY DATE: No later than March 30, 2026; Earlier delivery is acceptable.

Interested Vendors shall provide product/service details, Product Data Sheet, and cost breakdown IAW SOW for technical review.  Vendors shall provide a detailed cost breakdown to include all the specifications to be reviewed by a technical rep.

To be considered technically acceptable, offerors must ensure their proposals explicitly and verifiably address the following critical items. The Government is reiterating that vendors should pay close attention to these components in order to increase the chances of submitting an acceptable proposal.

  1. IEC Configuration Compliance

CRITICAL REQUIREMENT: Circuit breakers must be the IEC configuration where connection clusters are mounted on the cradle and stabs are mounted on the circuit breaker itself, as delineated in the Statement of Work (SOW). Proposals must clearly confirm compliance with this requirement.

  1. Proof of Authorized Source

Offerors must provide a valid Letter of Authorization (LOA) from the Original Equipment Manufacturer (OEM), Schneider Electric. This letter must confirm that the source of supply is an authorized distributor, reseller, or service provider. This requirement is mandatory, pass/fail requirement.

  1. Confirmation of RDD

The proposal must include a clear, affirmative statement confirming that the Required Delivery Date (RDD) as listed in the SOW can and will be met.

NOTE: The USCG/Government reserves the right to Award on an All or None Basis, i.e., the Government may issue a Purchase Order (PO) to the offeror that submits the lowest aggregate price, rather than issue a PO to each offeror based on the lowest quotation on each item.

As stated below, the provision at FAR 52.212-2- Evaluation-Commercial Items-applies with the following addenda:

Award of a contract will be based on the following criteria: The purchase order will be awarded as a firm-fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5.

       1. Please provide any warranty information.
       2. Vendors MUST be registered in www.sam.gov

The USCG/Government intends to award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conforms to the solicitation and is most advantageous and the best value to the Government, price and other factors considered.

Please Note: Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price quotation that will be considered by the agency. Quotations must be submitted on company letterhead stationery and must include the following information:

(1) Cost Breakdown

(2) Unit Cost

(3) Extended Price

(4) Total Price

(5) Payment Terms

(6) Discount offered for prompt payment

(7) Company Unique Entity ID (UEI) and Cage Code.

Quotes must be received no later than 02 March 2026 at 10 A.M. Eastern Standard Time. Email quotes are acceptable and shall be sent to Contracting Officer, SKC Karla Balint at karla.p.balint@uscg.mil.

Any questions or concerns regarding any aspect of the RFQ must be forwarded to Contracting Officer, SKC Karla Balint via email Karla.P.Balint@uscg.mil

The following FAR Clauses and Provisions apply to this acquisition:

  • FAR 52.212-1 - Instructions to Offerors - Commercial Items (Sep 2023)
  • FAR 52.212-2 - Evaluation - Commercial Items (Nov 2021) Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, past performance and quality.
  • FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Oct 2025) to include Alt I (Feb 2024). Offeror shall complete annual representations and certification electronically via the System for Award Management (SAM) website accessed through https://www.sam.gov.
  • FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Nov 2023) with the following addenda.
  • FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2025)
  • FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at https://acquisition.gov.
  • FAR 52.204-7 – System for Award Management (Nov 2024). Contractors are located and identified in SAM by their UEI number. Contractors are located and identified in SAM by their UEI number. To facilitate payment via Electronic Funds Transfer - SAM, contractors shall be registered in SAM. A UEI number can be obtained via https://www.dnb.com and SAM registration can be obtained via https://www.sam.gov.

The following clauses, and others as directed by the Contracting Officer as applicable, shall apply to this awarded contract:

  • FAR 52.222-3 - Convict Labor (Jun 2003)
  • FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies (Jan2025) (E.O.13126).
  • FAR 52.222-35 - Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212).
  • FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793).
  • FAR 52.222-37 - Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212).
  • FAR 52.222-50 - Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627).
  • FAR 52.225-1 - Buy American Supplies (Oct 2022) (41 U.S.C. chapter 83).
    (51) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).FAR 52.232-33 - Payment by Electronic Funds Transfer - Systems for Award Management (Oct 2018)
  • FAR 52.233-3 - Protest After Award (Aug 1996)
  • FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004)

NOTE: In addition to the listed clauses, please review the attached FAR Clause Matrix for all clauses applicable to this requirement.

*The above/following clauses are incorporated by reference, entire clause(s) available at https://acquisition.gov.

NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS:

This solicitation contains FAR Clause 52.204-7, System for Award Management and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a), prospective contractors shall complete electronic annual representations and certifications via SAM accessed through https://www.sam.gov. Please ensure completion prior to submitting a quote. Paragraph (b) of FAR 52.204-8 applies.

System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Additional examples include 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services, and 52.213-4, Terms and Conditions—Simplified Acquisitions (Other Than Commercial Products and Commercial Services).


 

Files

Files size/type shown when available.

BidPulsar Analysis

A practical, capture-style breakdown of fit, requirements, risks, and next steps.

Analysis is being generated for this notice. Check back shortly.

FAQ

How do I use the Market Snapshot?

It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.

Is the data live?

The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.

What do P10 and P90 mean?

P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.