LIGHTING FIXTURE
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 is soliciting quotations for LED Marine Lighting Fixtures under a Firm Fixed-Price contract. This opportunity is a Total Small Business Set-Aside and will be awarded on an all or none basis to the Lowest Price Technically Acceptable (LPTA) offeror. Quotes are due by February 25, 2026, at 10:00 AM Eastern Standard Time.
Scope of Work
The requirement is for two distinct types of LED marine lighting fixtures, with 50 units required for each item:
- Item 1: NSN 6210-01-676-5072, LED Marine Fixture (Intrepid), 2-foot, 120V-277VAC, 2 x 15 Watt SMD Arrays, 4000K, Vapor Tight (Eaton/Pauluhn/Crouse-Hinds, FPS2L).
- Item 2: NSN 6210-01-676-5109, Ships LED Lighting (Pauluhn Electric Mfg. Co Inc., FLC2L BV-1).
Critical Requirement: All items must be individually packaged in accordance with MIL-STD-2073-1E Method 10, cushioned and packed in an ASTM-D5118 single-wall fiberboard box. Marking must comply with MIL-STD-129R, with barcoding IAW ISO/IEC-16388-2007, Code 39 Symbology. Standard commercial packaging is unacceptable, and failure to meet these requirements will result in rejection. Delivery is F.O.B. Destination to the USCG Surface Forces Logistics Center in Baltimore, MD.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation (FAR Subpart 12.6)
- Contract Type: Firm Fixed-Price, awarded using Simplified Acquisition Procedures (FAR 13.106)
- Set-Aside: Total Small Business Set-Aside (FAR 19.5)
- NAICS Code: 332510 (Business Size Standard: 750 employees)
- Quotes Due: February 25, 2026, 10:00 AM EST
- Published Date: February 18, 2026
Evaluation & Award
Award will be made on an all or none basis to a responsible offeror whose quotation is the Lowest Price Technically Acceptable (LPTA) and most advantageous to the Government.
Submission Requirements
Offerors must:
- Have valid DUNS numbers and be registered with SAM.gov.
- Provide their company Tax Information Number with their offer.
- Submit a completed copy of FAR 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services (Oct 2025) with Alternate I.
- Include a disclosure regarding inverted domestic corporations.
- Strictly adhere to the specified military packaging, packing, marking, and bar-coding requirements. Questions regarding these requirements should be addressed to the Contracting Officer prior to award.
Key Clauses & Documents
This solicitation incorporates various FAR clauses, including 52.212-1, 52.212-3, 52.212-4, and 52.212-5. HSAR and CGAP clauses also apply. The MIL-STD-2073.pdf document provides guidance on the required military packaging and marking standards.