This is a solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Regulation (FAR) subpart 12.201 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number 70Z03826QE0000010 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect as of November 28, 2025, IAW the Revolutionary FAR Overhaul (RFO).
The applicable North American Industry Classification System (NAICS) code is 315990. The small business size standard is 600 employees. This is an unrestricted requirement.
This is a brand-name requirement using the authority in FAR 6.103-1(d). In compliance with FAR 5.101(c)(3), a redacted copy of the justification and approval for other than full and open competition is attached to this solicitation. As a result of this solicitation, it is anticipated that a firm-fixed price purchase order will be awarded on a brand name basis for the items listed in attachment 1 titled “Schedule of Supplies. Concerns having the expertise and required capabilities to provide these items are invited to submit offers in accordance with the requirements stipulated in this solicitation. Attachment 1 titled “Schedule of Supplies” shall be completed and submitted.
Only the brand-name items requested in this solicitation will be considered for award. All items shall have clear traceability to the Original Equipment Manufacturer (OEM), Lifesaving Systems LLC. (CAGE Code 64249). Traceability means a clear, complete, documented, and auditable paper trail that traces each step from an OEM or distributor to its current location. All parts shall be NEW approved parts.
The contractor shall furnish a Certificate of Conformance (COC) IAW FAR clause 52.246-15. The COC must be submitted in the format specified in the clause. Offerors must be able to provide necessary certification including traceability to the manufacturer, manufacturer's COC and its own certificate of conformance. Prospective vendors who are not the OEM or an authorized distributor must provide traceability for the offered product back to the manufacturer or authorized distributor prior to award. An example of acceptable traceability documentation would be a quote from the OEM with pricing information redacted.
NOTE: NO DRAWINGS, SPECIFICATIONS, OR SCHEMATICS ARE AVAILABLE FROM THE USCG.
Please carefully review this solicitation’s attachments for additional information and requirements such as applicable clauses and instructions to offerors:
The closing date and time for receipt of offers is January 19, 2026 at 4:30 p.m. Eastern Time. Anticipated award date is on or about January 23, 2026. Email quotations are preferred and may be sent to Denise.J.Bulone@uscg.mil. Please indicate 70Z03826QE0000010 in the subject line.
Files size/type shown when available.
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
The US Coast Guard is soliciting bids for the Purchase of LPU-26A Bladder/Inflator & Triton II MOLLE System. This opportunity falls under NAICS 315990, which covers other apparel knitting mills. Interested bidders should analyze the requirements carefully to position their proposal effectively.
The buyer aims to procure specific personal flotation devices and associated systems for operational use in the Coast Guard.
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.
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.
Awarded-market signal for NAICS 315990 (last 12 months), benchmarked to sector 31.