Light Emitting Diode (LED) Standalone and Self- Contained Marine Lanterns
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 Department of Homeland Security, U.S. Coast Guard (USCG), through its LOG-9 office, has issued a Combined Synopsis/Solicitation for Light Emitting Diode (LED) Standalone and Self-Contained Marine Lanterns. This is an Indefinite Delivery Indefinite Quantity (IDIQ) contract with Fixed Unit Prices to procure lanterns for waterway Aids to Navigation. This opportunity is under Full and Open Competition. Proposals are due May 28, 2026, by 3:00 PM Eastern.
Scope of Work
The solicitation requires the manufacture and delivery of Standalone and Self-Contained LED Marine Lanterns, along with associated accessories and packaging services. All products must strictly adhere to USCG Specification 506, Revision 7, dated November 12, 2025. This specification details comprehensive requirements for optical performance, power and control systems, environmental resilience (temperature, humidity, immersion, icing, wind, salt spray, UV, shock/vibration, EMI), physical characteristics, and mounting provisions. The contractor will be responsible for furnishing all necessary material, labor, equipment, and transportation.
Contract Details & Period
This will be an IDIQ contract with Fixed Unit Prices, featuring a base period of approximately one year, followed by four one-year option periods, for a potential total duration of five years. A minimum guarantee of $5,000 is provided over the full term. The contract includes an Economic Price Adjustment (EPA) clause for #2 Diesel Fuel, applicable during option periods, based on the BLS Series ID WPU057303 index. Payment terms are Net 30 via Electronic Funds Transfer (EFT).
Submission Requirements
Offerors must submit their proposals electronically to James.C.Kanash@uscg.mil and Arvett.L.Blount@uscg.mil by the deadline. Submissions must include both a Price Section/Volume (Attachment 1), where bidders complete unit prices, and a Technical Section/Volume (Attachment 6), which outlines technical approach, quality control, and past performance information. The SF-1449 (Attachment 7) must be completed, signed, and returned. Additionally, references for Past Performance Questionnaires (Attachment 4) must submit their evaluations directly to the USCG by May 27, 2026, 3:00 PM Eastern.
Evaluation Criteria
Proposals will be evaluated based on FAR Provision 52.212-2, Evaluation-Commercial, with specific criteria detailed in Attachment 6. Key evaluation factors include Technical Approach, Quality Control, Past Performance, and Price. The total prices for all options will be added to the total price for basic requirements for evaluation purposes.
Key Attachments & Notes
- Attachment 1 - Schedule of Supplies: Details CLINs, estimated quantities, and contract periods for pricing.
- Attachment 2 - Specification 506 Rev 7: Critical technical requirements for the LED lanterns.
- Attachment 4 - Past Performance Questionnaire: To be completed by references.
- Attachment 5 - Packaging for SFLC Warehouse Orders: Specifies detailed Preservation, Packaging, and Marking (PP&M) requirements.
- Attachment 6 - Clauses and Provisions: Contains contractual terms, EPA details, and evaluation criteria.
- Attachment 7 - SF-1449: The primary solicitation form. Delivery is required within 90 calendar days ARO for orders up to 250 lanterns, and up to 120 calendar days for orders exceeding 250 lanterns, with delivery to various USCG locations (FOB Destination).