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 (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 is a Total Small Business Set-Aside opportunity. Quotations are due by February 5, 2026, at 10:00 AM Eastern Standard Time.
Scope of Work
The requirement is for 100 liquid level float switches, specifically L-3 HENSCHEL, PN: 23422, or an approved "equal" product. These switches are critical components for the bilge alarm systems on 87' WPB vessels.
Mandatory packaging requirements include individual packaging in accordance with MIL-STD-2073-1E Method 10, cushioning, and packing in ASTM-D5118 double-wall fiberboard boxes. Each package must be marked IAW MIL-STD-129R and bar-coded IAW ISO/IEC-16388-2007, Code 39 symbology. Standard commercial packaging is unacceptable, and failure to comply will result in rejection. Third-party packaging is permitted if additional costs are provided with the quotation. The attached MIL-STD-2073.pdf provides a guide for DoD packaging and marking.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (FAR Subpart 12.6)
- Set-Aside: Total Small Business (FAR 19.5)
- NAICS Code: 334514 (Measuring, Display, and Control Instrument Manufacturing), Size Standard: 700 employees
- Acquisition Method: Simplified Acquisition Procedures (FAR 13.106)
- Contract Type: Firm Fixed Price
- Award Basis: All or none, most advantageous to the Government.
- Evaluation: Lowest Price Technically Acceptable (LPTA).
- Place of Performance: Curtis Bay, MD 21226, United States.
Key Requirements for Bidders
- Brand Name: The specified L-3 HENSCHEL part is mandatory. Offers of "equal" products must meet salient physical, functional, or performance characteristics, with the USCG determining acceptability.
- Representations: Offerors must submit a completed copy of FAR 52.212-3, Offeror Representations and Certifications—Commercial Items (Oct 2025) with Alternate I. This document, also attached, is crucial for representing business status and compliance.
- Eligibility: Companies must have valid DUNS numbers and be registered in the System for Award Management (SAM.gov). The company Tax Information Number (TIN) must be provided with the offer.
- Inverted Domestic Corporations: Offerors must disclose their status regarding inverted domestic corporations as per HSAR 48 CFR 3009.104-70 through 3009.104-73.
Submission & Deadlines
- Quotations Due: February 5, 2026, at 10:00 AM Eastern Standard Time.
- Contact: Courtney Gustin, COURTNEY.C.GUSTIN@USCG.MIL, 206-815-0034.
- Required Documents: Completed FAR 52.212-3, disclosure on inverted domestic corporations, and any additional cost for third-party packaging if applicable.