INTERFACE UNIT, AUTOMATIC DATA

SOL #: 70Z08026Q20841B00Combined Synopsis/SolicitationSole Source

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

Communications Equipment Manufacturing (3342)

PSC

Miscellaneous Communication Equipment (5895)

Set Aside

No set aside specified

Timeline

1
Posted
May 8, 2026
2
Submission Deadline
May 13, 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 United States Coast Guard Surface Forces Logistics Center (SFLC) has an emergent requirement for five (5) INTERFACE UNIT, AUTOMATIC DATA (NSN: 7025-01-694-2001, PN: K10056345-2), manufactured by L3 TECHNOLOGIES, INC. The government anticipates a non-competitive sole source award, believing only Rolls Royce Solutions GMBH and/or their authorized distributors can provide these units. However, other capable concerns are invited to submit information to challenge this intent. Quotations are due by May 13, 2026, at 10:00 AM EST.

Scope of Work

This opportunity is for the procurement of five (5) INTERFACE UNIT, AUTOMATIC DATA (NSN: 7025-01-694-2001, PN: K10056345-2). Each unit must be individually packaged in accordance with MILSTD-2073-1E Method 41, initially wrapped in electrostatic discharge protective material (MIL-PRF-81705E, Type III), and then packaged in a Fast Pack container (PPP-B-1672E, Type II, Style D). Standard commercial packaging is unacceptable, and failure to meet these strict packaging, marking, and barcoding requirements will result in rejection. Substitute parts are not acceptable.

Contract Details & Timeline

  • Opportunity Type: Combined Synopsis/Solicitation (Commercial Item, FAR Subpart 12.6)
  • NAICS: 3342 (Business Size Standard: 600 employees)
  • Acquisition Method: Simplified Acquisition Procedures (FAR 13.106)
  • Contract Type: Firm Fixed Price
  • Award Basis: All or none, Lowest Price Technically Acceptable (LPTA)
  • Estimated Value: $15,750.00
  • Response Due: May 13, 2026, 10:00 AM EST
  • Published: May 8, 2026

Sole Source Justification & Challenge

The government intends to award a non-competitive sole source purchase order, citing that the items are peculiar to one manufacturer (L3 TECHNOLOGIES, INC.) and essential. While the Justification for Other Than Full and Open Competition (JOTFOC) identifies L3 Technologies, Inc. as the OEM, the solicitation states the government's belief that only Rolls Royce Solutions GMBH and/or their authorized distributors can offer these units. Concerns with the expertise and capabilities to provide this item are invited to submit complete information within two (2) calendar days from the notice posting (by May 10, 2026). Submissions must include sufficient detail for evaluation and a letter from the OEM verifying the offeror is an authorized distributor and will supply genuine OEM parts.

Submission & Evaluation

Offerors must submit a quotation that includes:

  • Disclosure regarding inverted domestic corporations (HSAR 48 CFR 3009.104-70 through 3009.104-73).
  • A completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items.
  • Companies must have valid DUNS numbers and be registered with SAM.gov.
  • The company Tax Information Number (TIN) must be provided. Award will be made to the responsible offeror whose timely quotation is most advantageous to the Government, based on a Lowest Price Technically Acceptable (LPTA) approach.

Key Clauses & Notes

Applicable FAR clauses include 52.212-1, 52.212-3, 52.212-4, and 52.212-5, along with various other clauses covering topics such as Buy American Act, Combat Trafficking in Persons, and Prohibition on Contracting with Inverted Domestic Corporations. HSAR and CGAP clauses are also incorporated. The strict packaging requirements are critical; failure to comply will result in warehouse rejection.

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 8, 2026
INTERFACE UNIT, AUTOMATIC DATA | GovScope