COMPUTER SUBASSEMBLY

SOL #: 70Z08026QAG059Combined 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

Electronic Computer Manufacturing (334111)

PSC

Miscellaneous Communication Equipment (5895)

Set Aside

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

Timeline

1
Posted
Jan 21, 2026
2
Submission Deadline
Jan 26, 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 U.S. Coast Guard (USCG), under the Department of Homeland Security, is soliciting quotations for six (6) Computer Subassemblies (NSN 7050-01-609-7571, MFG: TECHNICAL MARINE SERVICES INC., PART_NBR: 006750). This opportunity is a Total Small Business Set-Aside and will result in a Firm Fixed Price contract. Quotations are due January 23, 2026, at 9 AM Eastern Standard Time.

Scope of Work

The requirement is for six computer subassemblies, each to be individually packaged and marked with NSN 7050-01-609-7571. Packaging must comply with ASTM-D-3951 and marking with SP-PP&M-001, ensuring protection for sensitive electronics. Delivery is F.O.B. Destination to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore MD 21226, with a required delivery date no later than March 6, 2026.

Contract & Timeline

  • Type: Combined Synopsis/Solicitation (Commercial Item, FAR Subpart 12.6)
  • Contract Type: Firm Fixed Price
  • Set-Aside: Total Small Business (FAR 52.219-6)
  • NAICS: 334111 (Computer and Peripheral Equipment Manufacturing)
  • Business Size Standard: 500 employees
  • Acquisition Method: Simplified Acquisition Procedures (FAR 13.106)
  • Response Due: January 23, 2026, 9 AM EST
  • Published: January 21, 2026

Evaluation

Award will be made on an all or none basis to a responsible offeror whose quotation is determined to be the Lowest Price Technically Acceptable (LPTA) and most advantageous to the Government.

Additional Notes

Offerors must have valid DUNS numbers and be registered in the System for Award Management (SAM.gov), providing their Tax Information Number (TIN) with their offer. Quotations must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (nov 2017) with Alternate I, and a disclosure regarding inverted domestic corporations. The attached "Mil-Std 2073.pdf" document provides guidance on DoD packaging and marking requirements, which is crucial for understanding compliance with standards like ASTM D-3951 and military packaging methods. Full text versions of applicable FAR and HSAR clauses can be obtained electronically from www.arnet.gov and www.dhs.gov, respectively. CGAP clauses are available at www.uscg.mil/acquisition/procurement/pdf/CIM_4200_19H.pdf.

Contact Information

People

Points of Contact

Files

Files

Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Jan 21, 2026
COMPUTER SUBASSEMBLY | GovScope