LANTERN, ELECTRIC
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 (SFLC), under the Department of Homeland Security, is soliciting quotations for 100 Electric Lanterns (NSN: 6230 01 628 1741, Part # BL100.3L(W), manufactured by Seacoast Development Group Inc). This is a Total Small Business Set-Aside. Quotations are due by May 1, 2026, at 3 PM Eastern Standard Time.
Scope of Work
The requirement is for 100 Electric Lanterns to serve as essential emergency lighting on U.S. Coast Guard 154' WPC Fast Response Cutters. The lanterns must conform to existing design, materials, and operational requirements, as deviations could lead to equipment failure, electrical fire, and reduced crew safety.
Key Requirements
- Quantity: 100 Each
- NSN: 6230 01 628 1741
- Manufacturer: Seacoast Development Group Inc
- Part Number: BL100.3L(W)
- Packaging: Individually packaged in accordance with MILSTD-2073-1E Method 10, cushioned and packed in an ASTM-D5118 double-wall fiberboard box. Third-party packaging is permitted.
- Marking: IAW MIL-STD-129R except bar coded IAW ISO/IEC-16388-2007, Code 39 Symbology.
- Delivery: F.O.B. DESTINATION to USCG SFLC, 2401 Hawkins Point Road, Baltimore MD 21226.
- Required Delivery Date: No later than May 28, 2026.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (FAR Subpart 12.6, Simplified Acquisition Procedures FAR 13).
- NAICS: 335132 (Electric Lamp Bulb and Part Manufacturing), with a 750-employee size standard.
- Set-Aside: Total Small Business Set-Aside (per FAR 52.219-6).
- Estimated Value: $46,625.00 (from JOFOC).
- Brand Name Justification: A Justification for Other Than Full and Open Competition (JOFOC) indicates this is a brand-name requirement due to the item being peculiar to one manufacturer and critical for existing cutter configurations. Only the OEM or vendors certifying compliance with OEM specifications will be considered.
Submission & Evaluation
- Submission Method: Quotations must be submitted via email to Nina.m.crosby@uscg.mil.
- Required Information: Offerors must include a completed FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (FEB 2023) with Alternate I, and a disclosure regarding inverted domestic corporations.
- Eligibility: Companies must have valid DUNS numbers, be registered with the System for Award Management (SAM), and provide their Tax Information Number (TIN) with their offer.
- Closing Date: May 1, 2026, at 3 PM Eastern Standard Time.
Contact Information
- Primary Point of Contact: Nina Crosby, NINA.M.CROSBY@USCG.MIL, 4107626658.