LIQUID LEVEL FLOAT SWITCH
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) is soliciting quotations for 100 Liquid Level Float Switches (NSN: 5930-01-194-3442, P/N: 43760) for use with bilge alarm systems on 87' WPB vessels. This opportunity is a Total Small Business Set-Aside and will result in a Firm Fixed Price contract awarded on a Lowest Price Technically Acceptable (LPTA) basis. Quotations are due by March 05, 2026, at 10:00 AM EST.
Scope of Work
The requirement is for 100 Liquid Level Float Switches, specifically LS270, with the National Stock Number (NSN) 5930-01-194-3442 and Part Number (P/N) 43760. The mandatory manufacturer is L-3 HENSCHEL, P/N: 23422. Offers of "equal" products will be considered if they meet the specified salient physical, functional, or performance characteristics, with the USCG determining acceptability.
Critical Packaging and Marking Requirements:
- Each item must be individually packaged in accordance with MIL-STD-2073-1E Method 10, cushioned to prevent movement or damage.
- Each item must then be packed in an appropriately sized ASTM-D5118 double-wall fiberboard box.
- Each package must be marked IAW MIL-STD-129R, with barcoding IAW ISO/IEC-16388-2007, Code 39 Symbology.
- Standard commercial packaging is unacceptable. Failure to meet these requirements will result in rejection. Vendors may use a third party for packaging, but must provide the additional cost with their quotation.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (FAR Subpart 12.6).
- Contract Type: Firm Fixed Price Purchase Order.
- Acquisition Method: Simplified Acquisition Procedures (FAR 13.106).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 334514 (Measuring, Medical, and Controlling Devices Manufacturing), with a 700-employee size standard.
- Award Basis: All or none, to the most advantageous, responsible offeror, based on Lowest Price Technically Acceptable.
- Place of Performance: Curtis Bay, MD 21226, United States.
Submission Requirements & Evaluation
Offerors must have valid DUNS numbers and be registered with the System for Award Management (SAM.gov). The company Tax Information Number (TIN) must be provided with the offer.
Required Submissions:
- Disclosure regarding inverted domestic corporations (HSAR 48 CFR 3009.104-70 through 3009.104-73).
- Acknowledgement of HSAR 3052.209-70 (Prohibition on contracts with corporate expatriates).
- A completed copy of FAR 52.212-3, Offeror Representations and Certifications—Commercial Items (Oct 2025) with Alternate I.
- Compliance with other applicable FAR clauses (e.g., 52.212-1, 52.212-4, 52.212-5) and CGAP 3042.302-90.
Timeline
- Quotations Due: March 05, 2026, 10:00 AM Eastern Standard Time.
- Published Date: February 27, 2026.
Contact Information
For inquiries, contact COURTNEY GUSTIN at COURTNEY.C.GUSTIN@USCG.MIL or 206-815-0034.