Opportunity

SAM #70Z08026Q056

US Coast Guard Solicitation for Parker Hannafin Valve Solenoids

Buyer

USCG Surface Forces Logistics Center Procurement Branch 1

Posted

April 14, 2026

Respond By

April 17, 2026

Identifier

70Z08026Q056

NAICS

423860, 332912

This opportunity involves the procurement of valve solenoids for the US Coast Guard Surface Forces Logistics Center. - Government Buyer: - United States Coast Guard (USCG), Surface Forces Logistics Center (SFLC PROCUREMENT BRANCH 1), Norfolk, VA - OEM and Vendor Details: - Original Equipment Manufacturer (OEM): Parker Hannafin - Part number: 60-0162 - National Stock Number (NSN): 4810 01 625 9215 - Quantity requested: 14 units - Products Requested: - Parker Hannafin valve solenoids - Unique and Notable Requirements: - Strict barcoding and labeling required - Individual preservation and packaging per MIL-STD-2073-1E - Shipping box must meet ASTM-D6251 Type III, Class 1 or ASTM-D5118 heavy duty double-wall fiberboard standards - Marking must comply with MIL-STD-129R and ISO/IEC-16388-2007, Code 39 symbology - All items will be inspected upon delivery; non-compliance with packaging and marking will result in rejection - Place of Performance and Delivery: - Delivery to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore, MD 21226 - Contracting office located at SFLC PROCUREMENT BRANCH 1, 300 East Main St, Ste 950, Norfolk, VA 23510

Description

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

1.NSN:4810 01 625 9215

QTY: 14 EACH

VALVE SOLENOID

MFG NAME:parker hannafin

PART_NUMBER:60-0162

BARCODING AND LABELING IS NOT WAIVED!!!!!

EACH ITEM SHALL BE INDIVIDUALLY PRESERVED AND

PACKAGED AS

APPROPRIATE IN ACCORDANCE

WITH MIL-STD-2073-1E METHOD 10 IN AN

APPROPRIATELY SIZED

ASTM-D6251 TYPE III, CLASS

1 WOOD-CLEATED PANEL-BOARD SHIPPING BOX, ASTMD6880

CLASS 2

HEAVY DUTY SCREWED

WOODEN BOX OR ASTM-D5118 HEAVY DUTY DOUBLE-WALL

FIBERBOARD

BOX AS APPROPRIATE

CUSHIONED OR SECURED TO PREVENT DAMAGE FROM

MOVEMENT OR

EXTERNAL IMPACTS. ANY

CRATES OR BOXES WEIGHING OVER 50 LBS SHALL BE

SKID MOUNTED

OR SECURED TO AN

APPROPRIATE SIZED PALLET TO FACILITATE FORKLIFT

USE.

MARKING IAW MIL-STD-129R EXCEPT BAR CODED IAW

ISO/IEC-16388-2007, CODE 39 SYMBOLOGY

ALL ITEMS ARE INSPECTED WHEN DELIVERED TO THE

COAST GUARD

WAREHOUSE. FAILURE TO

MEET THE REQUIREMENTS FOR PACKAGING, PACKING,

MARKING (PP&M)

AND BAR-CODING WILL

RESULT IN THE ITEM(S) BEING REJECTED AND

POSSIBLY RETURNED

TO THE VENDOR.

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:  5/19/26

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 332912 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 4/17/26 10 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.

(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

View original listing