LOUDSPEAKER

SOL #: 70Z04026Q50475B00Combined Synopsis/Solicitation

Overview

Buyer

Homeland Security
Us Coast Guard
SFLC PROCUREMENT BRANCH 3(00040)
BALTIMORE, MD, 21226, United States

Place of Performance

Curtis Bay, MD

NAICS

Ship Building and Repairing (336611)

PSC

Headsets, Handsets, Microphones And Speakers (5965)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Jan 12, 2026
2
Submission Deadline
Jan 26, 2026, 5:00 AM

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 U.S. Coast Guard, Surface Forces Logistics Center (SFLC) is seeking quotes for Loudspeakers and Headset Handles under a Firm Fixed-Price Purchase Order. This opportunity is a Total Small Business Set-Aside. The requirement is for specific brand-name items from Whelen Engineering Co Inc, though proposed substitutions with specification sheets will be evaluated. Quotes are due by January 26, 2026.

Scope of Work

The U.S. Coast Guard requires the following items:

  • ITEM 1: LOUDSPEAKER (NSN: 5965-01620-7739, MFG: WHELEN ENGINEERING CO INC, P/N: SA315P) - Quantity: 55 EA. Required delivery by May 20, 2026.
  • ITEM 2: HANDLE, HEADSET (NSN: 5965 01-620-7739, MFG: WHELEN ENGINEERING CO INC, P/N: 01-026D 286-02) - Quantity: 55 EA. Required delivery by February 12, 2026.

All items must be individually packed according to MIL-STD-2073-1E, MIL-STD-129R, and ISO/IEC-16388-2007 standards, with specific cushioning for handles. Shipping is FOB DESTINATION to the USCG SFLC in Baltimore, MD, with all freight charges included in the total cost. Partial shipments are acceptable.

Contract Details

  • Contract Type: Firm Fixed-Price Purchase Order
  • Solicitation Type: Combined Synopsis/Solicitation (RFQ 70Z04026Q50475B00)
  • Set-Aside: Total Small Business Set-Aside (FAR 19.5)
  • Payment Terms: NET 30, in accordance with FAR 52.232-25. Invoicing through IPP (https://www.ipp.gov).
  • SAM.gov: Active registration or proof of submission required.

Evaluation Factors

Award will be based on Best Value, considering:

  1. Ability to provide the complete requirement.
  2. Meeting the required timeframe.
  3. Price. Proposed substitutions for brand-name items must include a specification sheet for evaluation.

Key Dates

  • Published Date: January 12, 2026
  • Quotes Due: January 26, 2026 (5:00 AM EST)
  • Required Delivery (Item 2): On or before February 12, 2026
  • Required Delivery (Item 1): On or before May 20, 2026

Additional Notes

This procurement is for specific brand-name items, and a Justification for Other Than Full and Open Competition (JOFOC) was prepared, citing proprietary integration. However, the solicitation invites all responsible sources to submit quotations, and substitutions will be evaluated.

People

Points of Contact

Yannick KassiPRIMARY
Bryan DuffeySECONDARY

Files

Files

Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Jan 12, 2026
LOUDSPEAKER | GovScope