ANTENNA, RADAR
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 United States Coast Guard Surface Forces Logistics Center (USCG SFLC) is soliciting quotations for five (5) Radar Antennas (NSN: 5985-01-500-9253, OEM PN: XN24AF/8) manufactured by FURUNO USA INC. This is a Total Small Business Set-Aside opportunity. Award will be made on a Lowest Price Technically Acceptable (LPTA) basis. Quotations are due May 1, 2026, at 10:00 AM EST.
Scope of Work
The requirement is for five (5) Radar Antennas, part of the AN/SPS-50A(V)1 Radar Set. A critical aspect of this solicitation is the mandatory adherence to strict military packaging and marking requirements. Items must be individually packaged in accordance with MIL-STD-2073-1E Method 41, using electrostatic discharge (ESD) protective material (MIL-PRF-81705E, Type III), and then placed in a fast pack container (PPP-B-1672E, Type II, Style D). Marking must comply with MIL-STD-129R, with bar coding per ISO/IEC-16388-2007, Code 39 Symbology. Standard commercial packaging is unacceptable. Delivery is F.O.B. Destination to the USCG SFLC in Baltimore, MD. While the brand name is mandatory, offers of "equal" products will be considered if they meet specified salient physical, functional, or performance characteristics, subject to USCG determination.
Contract & Timeline
- Type: Firm Fixed Price Purchase Order, utilizing Simplified Acquisition Procedures (FAR 13.106).
- Set-Aside: Total Small Business (FAR 52.219-6).
- NAICS: 334290 (700 employee size standard).
- Response Due: May 1, 2026, 10:00 AM EST.
- Published: April 27, 2026.
Evaluation & Award
Award will be made on an "all or none" basis to a responsible offeror whose quotation is the Lowest Price Technically Acceptable. The USCG will assess the technical acceptability of any "equal" product offers.
Submission Requirements
This is a combined synopsis/solicitation; no separate written solicitation will be issued. Offerors must:
- Have valid DUNS numbers and be registered in SAM.gov.
- Provide their Company Tax Information Number (TIN) with their offer.
- Submit a completed FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2025) with Alternate I.
- Include a disclosure regarding inverted domestic corporations (HSAR 48 CFR 3009.104-70 through 3009.104-73).
- Comply with all applicable FAR, HSAR, and CGAP clauses, including those related to Buy American Act, small business programs, and combat trafficking in persons.
Additional Notes
The provided "Packaging and Marking Guide For DoD" (MIL-STD-2073.pdf) offers crucial context for understanding the detailed military packaging and marking standards required, particularly for ESD-sensitive electronics. Bidders are strongly advised to review this guide and the listed FAR clauses (FAR CLAUSES 52-212-5 UPDATED ON 13MAR26.pdf) to ensure full compliance.