DISPLAY PANEL
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) has an emergent requirement for DISPLAY PANELS (NSN: 7025-12-414-7300, P/N X00ES1000152) used on MTU 4000 series diesel engines for 154' WPC vessels. This is a Combined Synopsis/Solicitation with an intended non-competitive sole source award to Thales Defense & Security, Inc. and/or their authorized distributors. However, other capable firms are invited to submit information to challenge this intent. Award will be Lowest Price Technically Acceptable (LPTA) on an all-or-none basis, under a Firm Fixed Price contract. Quotations are due by February 23, 2025, at 10:00 AM EST.
Scope of Work
The requirement is for 8 EA DISPLAY PANELS, manufactured by ROLLS-ROYCE SOLUTIONS GMBH (P/N X00ES1000152). One unit is required for emergent shipment directly to CGC WEBBER at USCG Base Miami Beach. Substitute parts are not acceptable. Strict packaging requirements apply, including individual packaging in accordance with MIL-STD-2073-1E Method 10, cushioned and packed in an ASTM-D5118 double-wall fiberboard box. Marking must comply with MIL-STD-129R and bar coding with ISO/IEC-16388-2007, Code 39. Standard commercial packaging is explicitly stated as unacceptable and will lead to rejection.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation
- NAICS: 335999 (Miscellaneous Electrical And Electronic Components)
- Size Standard: 600 employees
- Acquisition Method: Simplified Acquisition Procedures (FAR 13.106)
- Set-Aside: None (intended sole source)
- Response Due: February 23, 2025, 10:00 AM EST
- Published: February 19, 2025
Evaluation & Award
Award will be made on an all-or-none basis to the responsible offeror whose quote is the Lowest Price Technically Acceptable (LPTA). The Coast Guard intends to award a Firm Fixed Price Contract. The Government's belief is that only Thales Defense & Security, Inc. and/or their authorized distributors can provide these units.
Submission Requirements
Offerors must have valid DUNS numbers and be registered with SAM.gov, providing their Tax Information Number (TIN) with their offer. Firms challenging the sole-source intent must submit complete information discussing their expertise and capabilities within two (2) calendar days from the notice posting date (i.e., by February 21, 2025). This submission must include a letter from the OEM verifying authorized distributor status and assurance of genuine OEM parts. All quotes must include a disclosure regarding inverted domestic corporations (per HSAR 48 CFR 3009.104-70 through 3009.104-73) and a completed FAR 52.212-3, Offeror Representations and Certifications. Failure to meet packaging, packing, marking, and bar-coding requirements will result in rejection.
Key Clauses & Documents
Key FAR clauses include 52.212-1, 52.212-3, 52.212-4, and 52.212-5. HSAR 3052.209-70 and CGAP 3042.302-90 are also applicable. The "Packaging and Marking Guide For DoD" (MIL-STD-2073.pdf) provides guidance on the required packaging standards.