Skip to content
Department of Homeland Security

SLIDING CHASSIS FOR COOLER

Solicitation: 70Z08026QDL036
Notice ID: 539758d1f48b4bd792345016d7c5429a
TypeCombined Synopsis SolicitationNAICS 333618PSC2930DepartmentDepartment of Homeland SecurityAgencyUs Coast GuardPostedFeb 13, 2026, 12:00 AM UTCDueFeb 13, 2026, 05:00 PM UTCExpired

Combined Synopsis Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: United States. Response deadline: Feb 13, 2026. Industry: NAICS 333618 • PSC 2930.

Market snapshot

Awarded-market signal for NAICS 333618 (last 12 months), benchmarked to sector 33.

12-month awarded value
$37,973,040
Sector total $20,341,046,444 • Share 0.2%
Live
Median
$345,333
P10–P90
$35,610$615,696
Volatility
Volatile168%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.2%
share
Momentum (last 3 vs prior 3 buckets)
+100%($37,973,040)
Deal sizing
$345,333 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 →
Live POP
Place of performance
United States
Contracting office
Norfolk, VA • 23510 USA

Point of Contact

Name
NINA CROSBY
Email
NINA.M.CROSBY@USCG.MIL
Phone
4107626658

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 333618

Description

The United States Coast Guard Surface Forces Logistics Center has a requirement and requesting quotations for the following

1.NSN:2930 12 408 5926

QTY: 3 EACH

SLIDEN CHASSIS FOR COOLER

MFG NAME: ROLLS-ROYCE SOLUTIONS GMBH

PART_NUMBER: XP59611400056

**SHALL BE

PACKAGED IND

IVIDUALLY IN A

SKID MOUNTED FRAMED IN WOODEN CRATE CAPABLE OF

PROVIDING

MAXIMUM PROTECTION FROM

DAMAGE DURING LONG TERM WAREHOUSE STORAGE AND

MULTIPLE

COMMERCIAL SHIPMENTS

WORLDWIDE. THE CRATE SHALL BE MANUFACTURED

USING RING TYPE

NAILS OR WOOD SCREWS. THE

CRATE LID SHALL BE SECURED USING CORROSION

RESISTANT WOOD

SCREWS. EACH CHARGE AIR

COOLER SHALL BE SECURED TO THE SKID MOUNTED

CRATE OR PACKED

IN SUCH A WAY TO PREVENT

ANY MOVEMENT AND DAMAGE.

MARKINGS - THE MARKING DESCRIBED HEREIN SHALL

BE PLACED ON

THE LONGEST TWO SIDES OF

EACH BOX (ON OPPOSITE ENDS). ALL MARKINGS SHALL

BE DONE VIA

MACHINE-MADE STENCILS

WHERE APPLICABLE.

Delivery shall be F.O.B. DESTINATION to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore MD 21226

Required delivery date no later than:  3/30/26

This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2025-06 and 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. The NAICS code for this  solicitation is 333618 and the business size standard is 750. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13
All responsible sources may submit a quotation via email to Nina.m.crosby@uscg.mil, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with SYSTEMS FOR AWARD MANAGEMENT (SAM) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is 2/13/26 12 PM Eastern Standard Time


OFFERORS MUST SUBMIT THE FOLLOWING INFORMATION ON THEIR QUOTE:

Disclosure: The offeror under this solicitation represents that [Check one]:
__ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73;
__ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or
__it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submit a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal.

(End of provision)

The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (nov 2023); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (FEB 2023) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote.

The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (dec 2023); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (dec 2023). The following clauses listed within FAR 52.212-5 are applicable: FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2020)(15 U.S.C. 644), FAR 52.219-28, Post Award Small Business Program representation (oct2022)(15 U.S.C. 632(a)(2); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb  2016) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (April 2015); FAR 52.222-26, Equal Opportunity (April 2015)(E.O. 11246); FAR 52.222-36, Equal Opportunity for workers with disabilities (July 2014); FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); FAR 52.225.1 Buy American Act-Supplies (May 2014); FAR 52.225-3, Buy American Act-Free Trade Agreement (dec 2022)(41 U.S.C. 10a-10d); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (July 2013)(31 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: Copies of HSAR clauses may be obtained electronically at www.dhs.gov.

CGAP 3042.302-90 Valuation Requirements for the Acquisition of Spare Parts Purchased for Inventory Control Points from HQ Contracts (OCT 2008). Copies of CGAP clauses may be obtained electronically at: www.uscg.mil/acquisition/procurement/pdf/CIM_4200_19H.pdf

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.