CONTROL MONITOR
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 two (2) CONTROL MONITORS for the CGC WINSLOW GRIESSLER (WPC-1116). This is a Total Small Business Set-Aside opportunity, with award based on Lowest Price Technically Acceptable (LPTA). Quotations are due by January 29, 2026, at 9:00 AM Eastern Standard Time.
Scope of Work
The requirement is for two (2) CONTROL MONITORS, National Stock Number 5895 12-395-9484. The specified manufacturer is ROLLS-ROYCE SOLUTIONS GMBH, part number B00E50207391/S0002. The description notes a progression of part numbers, with the current P/N X00E50219606/S0002, stating no change to form, fit, or function. While the brand name part is mandatory for consideration, offers of "equal" products will be accepted if they meet the salient physical, functional, or performance characteristics, with the USCG determining acceptability. Items must be shipped to CGC WINSLOW GRIESSLER in Miami Beach, FL.
Packaging and Marking Requirements
Strict adherence to packaging requirements is mandatory. Each item must be individually preserved and packaged in accordance with MIL-STD-2073-1E Method 10, using an appropriately sized ASTM-D6251 Type III, Class 1 wood-cleated panel-board box, ASTM-D6880 Class 2 heavy-duty screwed wooden box, or ASTM-D5118 heavy-duty double-wall fiberboard box. Items over 50 lbs must be skid-mounted or secured to a pallet. Marking must comply with MIL-STD-129R, with bar coding per ISO/IEC-16388-2007, Code 39 symbology. Failure to meet these requirements will result in rejection and potential return of items.
Contract & Timeline
- Contract Type: Firm Fixed Price (FFP) Purchase Order, utilizing Simplified Acquisition Procedures.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 3342 (Miscellaneous Communication Equipment), Size Standard 500 employees.
- Response Due: January 29, 2026, 9:00 AM EST.
- Published Date: January 22, 2026.
Evaluation & Submission
Award will be made on an all or none basis to the responsible offeror whose quotation is the Lowest Price Technically Acceptable. Offerors must submit quotations via email to Eric.I.Goldstein@uscg.mil. Required submission information includes a valid DUNS number, SAM registration, company Tax Information Number (TIN), and a completed FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (or ensuring current SAM representations). Offerors must also include a disclosure regarding inverted domestic corporations.
Applicable FAR Clauses
This solicitation incorporates various FAR clauses, including 52.212-1 (Instructions to Offerors), 52.212-4 (Contract Terms and Conditions), and numerous clauses under 52.212-5 (Contract Terms & Conditions Required to Implement Statutes or Executive Orders—Commercial Products and Commercial Services). Key clauses include those related to reporting executive compensation, protecting government interest with debarred contractors, Buy American-Free Trade Agreements, restrictions on foreign purchases, and electronic funds transfer.