ANTENNA

SOL #: 70Z08026QDJ012Combined Synopsis/Solicitation

Overview

Buyer

Homeland Security
Us Coast Guard
SFLC PROCUREMENT BRANCH 1(00080)
NORFOLK, VA, 23510, United States

Place of Performance

Place of performance not available

NAICS

Search (334511)

PSC

Antennas, Waveguide, And Related Equipment (5985)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Mar 26, 2026
2
Submission Deadline
Apr 2, 2026, 2:00 PM

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 United States Coast Guard Surface Forces Logistics Center is requesting quotations for 20 ANTENNA units (NSN: 5985-01-395-0097, MFG: SHAKESPEARE ELECTRONICS, PN: 4265A). This is a Total Small Business Set-Aside opportunity, with award based on Lowest Price Technically Acceptable (LPTA). Quotes are due by April 1, 2026, at 10:00 AM Eastern Standard Time.

Scope of Work

The requirement is for 20 units of a specific antenna. A critical aspect of this opportunity is the strict packaging and marking requirements. All items must be individually packaged, protected, and marked in accordance with MIL-STD-2073-1E, MIL-PRF-81705E (including electrostatic discharge protection Type III, Class I), and MIL-STD-129PCH4. Standard commercial packaging is unacceptable, and failure to meet these specifications will result in quote rejection. Delivery is F.O.B. Destination to the USCG Surface Forces Logistics Center in Baltimore, MD.

Contract & Timeline

  • Opportunity Type: Combined Synopsis/Solicitation (FAR Subpart 12.6)
  • Contract Type: Firm Fixed Price, awarded using Simplified Acquisition Procedures (FAR 13.106)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • NAICS Code: 334511 (Business Size Standard: 750 employees)
  • Quote Due: April 1, 2026, 10:00 AM EST
  • Published Date: March 26, 2026

Evaluation & Award

Award will be made on an all or none basis to a responsible offeror whose quote is the most advantageous to the Government, specifically based on Lowest Price Technically Acceptable (LPTA) criteria.

Submission Requirements

Offerors must:

  • Have valid DUNS numbers and be registered with SAM.gov.
  • Provide their company Tax Information Number (TIN).
  • Submit a disclosure regarding inverted domestic corporation status.
  • Include a completed copy of FAR 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services.

Applicable Clauses

Key clauses include FAR 52.212-1 (Instructions to Offerors), FAR 52.212-4 (Contract Terms and Conditions), and FAR 52.212-5 (Statutes or Executive Orders), which incorporates numerous other FAR clauses such as 52.209-10 (Inverted Domestic Corporations), 52.219-6 (Total Small Business Set-Aside), 52.225-1 (Buy American Act), and 52.232-33 (Payment by Electronic Funds Transfer). HSAR and CGAP clauses are also incorporated.

Contact Information

Primary Point of Contact: DONNA SCANDALIATO, DONNA.M.SCANDALIATO@USCG.MIL, 410-762-6259.

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Mar 26, 2026
ANTENNA | GovScope