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. This is a Total Small Business Set-Aside opportunity. 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 (NSN: 5895 12-395-9484) manufactured by ROLLS-ROYCE SOLUTIONS GMBH, Part Number B00E50207391/S0002 or the current equivalent X00E50219606/S0002. These units are for the engine room control console on FRC vessels. Brand name is mandatory, though offers of "equal" products will be considered if they meet specified salient physical, functional, or performance characteristics.
Strict packaging requirements must be met: each item must be individually preserved and packaged in accordance with MIL-STD-2073-1E Method 10 using specific ASTM-D6251, ASTM-D6880, or ASTM-D5118 box types. Crates over 50 lbs must be skid-mounted. Marking must comply with MIL-STD-129R and ISO/IEC-16388-2007, Code 39 symbology. Standard commercial packaging is unacceptable, and failure to meet these requirements will result in rejection.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation for a commercial item (FAR Subpart 12.6, Simplified Acquisition Procedures FAR 13).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 3342 (Miscellaneous Communication Equipment), Size Standard: 500 employees.
- Award Basis: All or none, Lowest Price Technically Acceptable (LPTA), Firm Fixed Price Contract.
- Response Due: January 29, 2026, 9:00 AM EST.
- Published: January 28, 2026.
Submission Requirements
Offerors must submit quotations via email to Eric.I.Goldstein@uscg.mil. Submissions must include:
- A statement confirming adherence to the strict packaging requirements.
- Valid DUNS numbers and SAM registration.
- Company Tax Information Number (TIN).
- A completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (November 2020) with Alternate I. This form requires current, accurate, and complete representations in SAM or direct completion of the provision, covering socioeconomic status, compliance, and other critical information for eligibility.
- Disclosure regarding inverted domestic corporations.
Additional Notes
Offerors should review applicable FAR Clauses, including 52.212-1, 52.212-4, and 52.212-5, which are incorporated by reference. Questions regarding packaging, packing, marking, and bar-coding should be addressed with the Contracting Officer prior to award.