52000QR260024318 USCGC BAILEY BARCO FM200 INSPECTION
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Coast Guard (USCG), through its Surface Force Logistics Center (SFLC), is seeking proposals for the inspection, refurbishment, and refilling of two Chemtron FM200 fire extinguishing bottles for the USCGC Bailey Barco. This is a Total Small Business Set-Aside opportunity, issued as a Request for Quote (RFQ) under simplified acquisition procedures. Quotes are due by April 22, 2026, at 09:00 AM Eastern Standard Time.
Scope of Work
The selected vendor will be responsible for:
- Receiving two (02) Chemtron 40lb FM200 bottles from the USCGC Donald Horsley in Galveston, Texas.
- Performing all necessary maintenance to refurbish the bottles.
- Refilling the bottles with the required amount of agent.
- Providing certified repaired bottles.
- Packaging and shipping the refurbished bottles to the USCGC Bailey Barco in Ketchikan, Alaska. The Coast Guard crew will handle installation upon receipt.
This requirement necessitates specific knowledge and experience with the outdated Chemtron FM200 system, as only original 40lb bottles are suitable.
Key Requirements & Locations
- Pickup Location: 3000 Fort Point Rd, Galveston, TX 77550
- Ship-to Location: 1360 Stedman St, Ketchikan, AK 99901
- Period of Performance: Completion of bottle refurbishment by May 15, 2026.
- Warranty: Replaced parts must be warranted against manufacturing and installation defects for a minimum of one year.
- Compliance: Contractor must adhere to all base access/security requirements, and applicable local, state, and federal safety and environmental regulations, including OSHA (29 CFR 1915) and EPA (40 CFR series). JCP certification may be required for access to Controlled Unclassified Information (CUI).
- Government Furnished: Two (2) Chemtron 40 LB bottles.
- Contractor Furnished: All other equipment and services required to perform the work.
Contract Details
- Type: Firm-Fixed Price Purchase Order, utilizing Simplified Acquisition Procedures (FAR Part 12 and 13.5).
- NAICS: 92216 - Fire Protection.
- Set-Aside: Total Small Business.
Evaluation & Award
Award will be made to the responsible contractor whose quote conforms to the solicitation and offers the best value to the Government, considering price and other factors. The Government reserves the right to award on an "All or None" basis. Offerors must provide warranty information and be registered in SAM.gov.
Submission Instructions
Interested vendors must submit quotes on company letterhead, including:
- Product/service details and Product Data Sheet.
- Detailed cost breakdown (Cost Breakdown, Unit Cost, Extended Price, Total Price).
- Payment Terms and any prompt payment discounts.
- Company Unique Entity ID (UEI) and CAGE Code.
Quotes must be emailed to Timothy Ford (TIMOTHY.S.FORD@USCG.MIL) and Joshua Miller (Joshua.N.Miller@uscg.mil).
Deadlines & Contacts
- Quote Due Date: April 22, 2026, 09:00 AM EST.
- Questions: Direct to Timothy Ford and Joshua Miller via email.
- SFLC Contact for additional requirements: CWO Travis Batman (Travis.j.batman@uscg.mil, 207-405-1231).
- Base Galveston Environmental Specialist: Nick Duin (Nicholas.M.Duin@uscg.mil).
- Base Galveston Emergency: Officer of the Day (409-682-0142).