Skip to content
Department of Homeland Security

INSTALL KIT EXHAUST

Solicitation: 70Z08026QDL037
Notice ID: c2468264e6074d8ba571039014d1c991

Combined Synopsis Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: United States. Response deadline: Feb 18, 2026. Industry: NAICS 333618 • PSC 2990.

Market snapshot

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

12-month awarded value
$38,029,319
Sector total $20,354,308,656 • Share 0.2%
Live
Median
$340,667
P10–P90
$35,922$615,230
Volatility
Volatile170%
Market composition
NAICS share of sector
A simple concentration signal, not a forecast.
0.2%
share
Momentum (last 3 vs prior 3 buckets)
+100%($38,029,319)
Deal sizing
$340,667 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

 

1.

1 KIT

2990 01 718 2706

INSTALL KIT EXHAUST

MFG NAME: FLORIDA MARINE JOINER SERVICE, INC

PART_NBR:STBD-003

2.

1 KIT

2990 01 718 3009

INSTALL KIT EXHAUST

MFG: FLORIDA MARINE JOINER SERVICE, INC.

PART # STBD 002

Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore MD 21226, Mark for: Receiving Room Bldg 88.

Required delivery date no later than: 3/12/2026


 

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(OCT1,2025)  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 500. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.106 apply.  The U.S. Coast Guard intends to award on an all or none basis to a responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government.  Award will be lowest price technically acceptable.  The Coast Guard intends to award on a Firm Fixed Price Contract.
 

All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with SYSTEMS FOR AWARD MANAGEMENT (www.sam.gov) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is 1/23/26 9 am 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

__HSAR 3052.209-70 Prohibition on contracts with corporate expatriates (June 2006)

(End of provision)

The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (sep 2017); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (nov 2017) 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 (nov 2017); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Nov 2017). The following clauses listed within FAR

 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015), 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553), 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)52.212-5 are applicable: FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011)(15 U.S.C. 644), FAR 52.219-28, Post Award Small Business Program representation (Jul 2013)(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 (Sep 2016)(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 (May 2014)(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.

Updated: Feb 15, 2026
Executive summary

The U.S. Coast Guard is seeking quotations for two INSTALL KIT EXHAUST items, specifically part numbers STBD-003 and STBD-002, from Florida Marine Joiner Service, Inc. The solicitation is a combined synopsis/solicitation under NAICS code 333618 with a deadline for quotes on February 18, 2026. The contract will be awarded on a Firm Fixed Price basis, emphasizing lowest price technically acceptable offers.

What the buyer is trying to do

The buyer aims to procure specific exhaust installation kits to support operational needs at the USCG Surface Forces Logistics Center.

Work breakdown
  • Review solicitation requirements
  • Prepare and submit quotation
  • Include required compliance documentation
  • Deliver items to specified address
  • Follow up on submission status
Response package checklist
  • Completed quotation with pricing
  • Disclosure regarding foreign incorporation status
  • Completed FAR 52.212-3 representations and certifications
  • Company Tax Information Number (TIN)
  • DUNS number confirmation
Suggested keywords
US Coast GuardINSTALL KIT EXHAUSTFARSmall Business Set-AsideLowest Price Technically Acceptable
Source coverage notes

Some notices publish limited source detail. Confirm these points before final bid/no-bid decisions.

  • Clarification on the required specifications for the exhaust kits
  • Details on the submission format and electronic submission guidelines
  • Information on previous contracts for similar procurements

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.