COUPLER DIRECTIONAL
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 U.S. Coast Guard Surface Forces Logistics Center (SFLC) is seeking quotations for 65 COUPLER DIRECTIONAL SENSORS (NSN: 5985-22-630-5754, PN: SEN-1102) for the 154' FRC Refrigerant Leak Detection System. This is a combined synopsis/solicitation, and a non-competitive sole source award is anticipated to Geopal System A/S or its authorized distributors. Quotations are due by April 7, 2026, at 10:00 AM EST.
Scope of Work
The requirement is for 65 units of the COUPLER DIRECTIONAL SENSOR, specifically SENSOR R134A/R407C/R404A GJ-EX, manufactured by Geopal System A/S (PN: SEN-1102). These sensors are critical components of the 154' FRC Refrigerant Leak Detection System. Key requirements include:
- Quantity: 65 Each.
- Packaging: Individual preservation and packaging in accordance with MIL-STD-2073-1E Method 10. The provided MIL-STD-2073.pdf document summary highlights the importance of understanding these packaging requirements.
- Marking: IAW MIL-STD-129R, with bar-coding IAW ISO/IEC-16388-2007, Code 39 Symbology. Markings must be visible by forklift operator.
- Shipping: USCG SFLC Baltimore, 2401 Hawkins Point Road, Baltimore, MD 21226.
- Substitute parts are not acceptable.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (FAR Subpart 12.6)
- NAICS: 334419 (Other Electronic Component Manufacturing)
- Size Standard: 750 employees
- Set-Aside: None (Anticipated Sole Source)
- Contract Type: Firm Fixed Price
- Award Basis: All or none, Lowest Price Technically Acceptable (LPTA).
- Simplified Acquisition Procedures (FAR 13.106) apply.
Submission & Evaluation
The Government anticipates a non-competitive sole source award to Geopal System A/S or its authorized distributors. Concerns believing they can provide this item must submit complete information within two (2) calendar days from the notice posting date (by April 2, 2026). This information must include sufficient detail for evaluation and a letter from the OEM verifying authorized distributor status and genuine OEM parts supply. All offerors must:
- Have valid DUNS numbers and be registered in SAM (www.sam.gov).
- Provide their Tax Information Number (TIN).
- Submit a completed copy of FAR 52.212-3, Offeror Representations and Certifications—Commercial Items (with Alternate I), as detailed in the provided document summary for 52.212-3.
- Include disclosure regarding inverted domestic corporations (HSAR 48 CFR 3009.104-70 through 3009.104-73).
Applicable Clauses
This solicitation incorporates FAR clauses including 52.212-1 (Instructions to Offerors), 52.212-3 (Representations and Certifications), 52.212-4 (Contract Terms and Conditions), and 52.212-5 (Terms & Conditions Required to Implement Statutes or Executive Orders). The document summary for 52-212-5 provides an overview of the various compliance and contractual obligations. Specific clauses from FAR 52.212-5, HSAR, and CGAP are also applicable.
Key Dates & Contact
- Notice Posted: March 31, 2026
- Alternative Supplier Information Due: April 2, 2026
- Quotations Due: April 7, 2026, 10:00 AM Eastern Standard Time
- Primary Contact: Donna Scandaliato, DONNA.M.SCANDALIATO@USCG.MIL, 410-762-6259.