Closed Solicitation · DEPARTMENT OF HOMELAND SECURITY

    SLIDING CHASSIS FOR COOLER

    Sol. 70Z08026QDL036Combined Synopsis/SolicitationNORFOLK, VA
    Closed
    STATUS
    Closed
    closed Feb 13, 2026
    POSTED
    Feb 11, 2026
    Publication date
    NAICS CODE
    333618
    Primary industry classification
    PSC CODE
    2930
    Product & service classification

    AI Summary

    The U.S. Coast Guard is seeking quotations for three sliding chassis for coolers, with specific packaging and delivery requirements. The deadline for quotes is February 13, 2026, and delivery is required by March 30, 2026. This opportunity is set aside for small businesses and follows simplified acquisition procedures.

    Contract details

    Solicitation No.
    70Z08026QDL036
    Notice Type
    Combined Synopsis/Solicitation
    Posted Date
    February 11, 2026
    Response Deadline
    February 13, 2026
    NAICS Code
    333618AI guide
    PSC / Class Code
    2930
    Sub-Agency
    US COAST GUARD
    Primary Contact
    NINA CROSBY
    State
    VA
    ZIP Code
    23510
    AI Product/Service
    product

    Description

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

    1.NSN:2930 12 408 5926

    QTY: 3 EACH

    SLIDEN CHASSIS FOR COOLER

    MFG NAME: ROLLS-ROYCE SOLUTIONS GMBH

    PART_NUMBER: XP59611400056

    **SHALL BE

    PACKAGED IND

    IVIDUALLY IN A

    SKID MOUNTED FRAMED IN WOODEN CRATE CAPABLE OF

    PROVIDING

    MAXIMUM PROTECTION FROM

    DAMAGE DURING LONG TERM WAREHOUSE STORAGE AND

    MULTIPLE

    COMMERCIAL SHIPMENTS

    WORLDWIDE. THE CRATE SHALL BE MANUFACTURED

    USING RING TYPE

    NAILS OR WOOD SCREWS. THE

    CRATE LID SHALL BE SECURED USING CORROSION

    RESISTANT WOOD

    SCREWS. EACH CHARGE AIR

    COOLER SHALL BE SECURED TO THE SKID MOUNTED

    CRATE OR PACKED

    IN SUCH A WAY TO PREVENT

    ANY MOVEMENT AND DAMAGE.

    MARKINGS - THE MARKING DESCRIBED HEREIN SHALL

    BE PLACED ON

    THE LONGEST TWO SIDES OF

    EACH BOX (ON OPPOSITE ENDS). ALL MARKINGS SHALL

    BE DONE VIA

    MACHINE-MADE STENCILS

    WHERE APPLICABLE.

    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:  3/30/26

    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 333618 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 2/13/26 12 PM 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

    Key dates

    1. February 11, 2026Posted Date
    2. February 13, 2026Proposals / Responses Due

    AI search tags

    Frequently asked questions

    SLIDING CHASSIS FOR COOLER is a federal acquisition solicitation issued by DEPARTMENT OF HOMELAND SECURITY. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.