Skip to content
Department of Homeland Security

BATTERY STORAGE

Solicitation: 2126406B3000DZ029
Notice ID: e8592dc593c2414aaf47cc6529a31839

Combined Synopsis Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: MD. Response deadline: Feb 18, 2026. Industry: NAICS 336611 • PSC 6140.

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 $20,354,308,656 • Share 52.0%
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.
52.0%
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 MD
Live POP
Place of performance
Not listed
State: MD
Contracting office
Baltimore, MD • 21226 USA

Point of Contact

Name
Brandie R Dunnigan
Email
brandie.r.dunnigan@uscg.mil
Phone
5716072369

Agency & Office

Department
HOMELAND SECURITY, DEPARTMENT OF
Agency
US COAST GUARD
Subagency
SFLC PROCUREMENT BRANCH 3(00040)
Office
Not available
Contracting Office Address
Baltimore, MD
21226 USA

More in NAICS 336611

Description

  1. This is a combined synopsis/solicitation for commercial item contract, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued.
  2. Solicitation number 2126406B3000DZ029 applies, and is issued as a Request for Quotation.
  3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02(FEB 2023).
  4. This procurement is 100% set aside for small business. The North American Industry Classification System (NAICS) code is 336611 and the business size standard is 1000 PPL. This is a Brand Name Sole Source Solicitation for OEM NORTH STAR BATTERY COMPANY and any vendor interested in bidding on this Solicitation must be able to provide OEM parts directly as no proprietary information, mfg drawings, specification and other technical data will be provided by the U.S. Coast Guard. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract.  . 
  1. All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency Companies must be registered with System for Award Management (SAM) @ www.sam.gov and shall provide the company SAM ID & Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is _FEBRUARY 18 , 2026_, at _12_ p.m. Eastern Standard Time.

                   ITEM 0001 –  NSN 6140 01-600-0680

BATTERY, STORAGE

USE NEW P/N - NSB-190FTBLUE+

WHEN ORDERING.

INFO IN NIIN FOLDER

STORAGE BATTERY

12V 187 LEAD

HEIGHT WITH TERMINAL - 12.6"

WIDTH - 4.9"

LENGTH WITH RIB - 22.0"

WEIGHT - 137 LBS.

CAPACITY - 187 AH

PLEASE ENSURE THAT THIS ITEM IS INDIVIDUALLY PACKAGED AND

MARKED AS PER MIL-STD-2073-1E METHOD 10. EACH ITEM IS TO BE MARKED IAW MIL-STD-129R AND BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY.

MFG NAME: NORTHSTAR BATTERY COMPANY LLC

PART_NBR: NSB-190FT-BLUE+

                   Quantity:  350  EA                   Delivery date:  03/20/2026

        UNIT PRICE:_______________   TOTAL: _____________

  1. Place of Delivery is: USCG YARD, 2401 Hawkins Point Road, Bldg 88,  Baltimore, MD 21226.                        

 **** Please quote prices FOB Destination. ****

  1. The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (MAR 2023).                      1.  Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information:                                                                                                           a) company’s complete mailing and remittance addresses,                                  b) discounts for prompt payment if applicable                                                  c) cage code,                                                                                                      d) SAMs Unique Entity ID,  

e) Taxpayer ID number.                                                                                 

      1.  Offerors shall agree to the delivery condition by the government.

Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer.  

  1. 52.212-2 Evaluation-Commercial Items (OCT 2014). – Delivery, pricing and relevant past performance are the evaluation factors.  This is a commercial item acquisition.  Award will be made to lowest cost technically acceptable.  All evaluation factors will be considered as DELIVERY is as important as cost. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the lowest cost technically acceptable and meeting our PDD.  The evaluation and award procedures in FAR 13.106 apply.
  2. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (OCT 2018) with Alt 1 included are to be submitted with your offers. 
  3. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (DEC 2022) applies to this acquisition.
  4. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (MAR 2023).  The following clauses listed in 52.212-5 are incorporated:
    1. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards  (JUN 2020) (Pub.L. 109-282)(31 U.S.C. 6101 note).
    2. 52.204-13, System for Award Management Registration (OCT 2018)
    3. 52.219-6, Notice of Total Small Business Aside (Nov 2020) (15 U.S.C. 644).
    4. 52.219-28, Post Award Small Business Program Rerepresentation (MAR 2023) (15 U.S.C. 632 (a)(2).
    5. 52.222-3 Convict labor (June 2003) (E.O. 11755)
    6. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (JAN 2018) (EO 11755)
    7. 52.222-26 Equal Opportunity (SEP 2016)(E.O. 11246)  
    8. 52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).
    9. 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627)
    10. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).
    11. 52.225-1, Buy American-Supplies (OCT 2022) (41 U.S.C. chapter 83)
    12. 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).
    13. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2018)(31.S.C. 3332). 
    14. 52.222-41, Service Contract Act of 1965 (AUG 2018) (41 U.S.C. 351, et seq.).
    15. 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.).
    16. 52.233-3 Protest after award (Aug. 1996.)
    17. 52.233-4 Applicable Law for Breach of Contract Chain (Oct.2004).
  1. Defense Priorities and Allocations System (DPAS): N/A
  2. QUOTES ARE DUE BY 12:00 PM EST on 18 FEBRUARY 2026. Quotes may be emailed to Brandie.r.dunnigan@uscg.mil      
  3. POC is Brandie Dunnigan, Procurement Agent, 571-607-2369.

Files

Files size/type shown when available.

BidPulsar Analysis

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

Updated: Feb 14, 2026
Executive summary

The U.S. Coast Guard is seeking quotations for a combined synopsis/solicitation for 350 units of a specific OEM battery, NSB-190FT-BLUE+, from Northstar Battery Company. The solicitation, numbered 2126406B3000DZ029, is set aside for small businesses with a closing date for quotes on February 18, 2026. The evaluation will be based on the lowest cost technically acceptable offers, with strict adherence to specified packaging and labeling standards.

What the buyer is trying to do

The U.S. Coast Guard aims to procure 350 storage batteries for operational use, adhering to specific delivery and packaging requirements, while ensuring compliance with federal acquisition regulations.

Work breakdown
  • Review and understand solicitation requirements
  • Verify eligibility as a small business
  • Prepare a detailed quote including all required documentation
  • Ensure compliance with packaging and labeling standards (MIL-STD-2073-1E, MIL-STD-129R, ISO/IEC-16388-2007)
  • Submit quote by the deadline of February 18, 2026, at 12:00 PM EST
Response package checklist
  • Submission of company’s address and information
  • Inclusion of SAM ID and Tax Information Number
  • Compliance with the quoted delivery conditions
  • Detailed pricing information with FOB Destination noted
  • Completed Offeror Representations and Certifications
Suggested keywords
U.S. Coast GuardOEM partsbattery procurementsmall business set-asideFAR compliance
Source coverage notes

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

  • Details on the terms of delivery post-award
  • Specific evaluation criteria breakdown
  • Consideration for alternative products or substitutions
  • Clarification on penalty for non-compliance with packaging rules
  • Exact weight restrictions for shipment methods
  • Information about potential protests after award
  • Details on payment terms and conditions
  • Additional resources for SAM registration processes

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.