Skip to content
Department of Homeland Security

Purchase of one (1) fuel test kit and calibration

Solicitation: 70Z03826QE0000021
Notice ID: aaeb8c0ba4ba4193abc41b27fc13eb9b
TypeSolicitationNAICS 334516PSC6630DepartmentDepartment of Homeland SecurityAgencyUs Coast GuardStateNCPostedFeb 03, 2026, 12:00 AM UTCDueFeb 04, 2026, 09:30 PM UTCExpired

Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: NC. Response deadline: Feb 04, 2026. Industry: NAICS 334516 • PSC 6630.

Market snapshot

Awarded-market signal for NAICS 334516 (last 12 months), benchmarked to sector 33.

12-month awarded value
$7,769,405
Sector total $20,341,046,444 • Share 0.0%
Live
Median
$28,341
P10–P90
$0$260,017
Volatility
Volatile200%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.0%
share
Momentum (last 3 vs prior 3 buckets)
+100%($7,769,405)
Deal sizing
$28,341 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 NC
Live POP
Place of performance
Elizabeth City, North Carolina • 27909 United States
State: NC
Contracting office
Elizabeth City, NC • 27909 USA

Point of Contact

Name
Jackson Perry
Email
Jackson.S.Perry@uscg.mil
Phone
Not available

Agency & Office

Department
HOMELAND SECURITY, DEPARTMENT OF
Agency
US COAST GUARD
Subagency
AVIATION LOGISTICS CENTER (ALC)(00038)
Office
Not available
Contracting Office Address
Elizabeth City, NC
27909 USA

More in NAICS 334516

Description

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 70Z03826QE0000021 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 336413. The small business size standard is 1000 employees. This is an unrestricted requirement. 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.

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 below in the Schedule of Supplies. 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), D-2 Incorporated (CAGE Code 4EKX8). 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.

SCHEDULE OF SUPPLIES

Nomenclature: N/A

Part Number (PN): JF-PEAK-M

Original Equipment Manufacturer (OEM): D-2 Incorporated (4EKX8)

Quantity:1 each

Nomenclature: N/A

Part Number (PN): JF-PEAK-CA-M (5 Year calibration)

Original Equipment Manufacturer (OEM): D-2 Incorporated (4EKX8)

Quantity:1 each

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:

  1. Terms and Conditions
  2. Justification and Approval for Other Than Full and Open Competition

The closing date and time for receipt of offers is February 04, 2026, at 4:30 p.m. Eastern Time. Anticipated award date is on or about February 06, 2026.  Email quotations are preferred and may be sent to Jackson.S.Perry@uscg.mil. Please indicate 70Z03826QE0000021 in the subject line. 

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.