LOUDSPEAKER, ELECTROMAGNETIC
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 (USCG) Surface Forces Logistics Center (SFLC) is soliciting quotations for 40 Electromagnetic Loudspeakers (NSN: 5965-25-161-1945). This is a Total Small Business Set-Aside opportunity, with award based on the Lowest Price Technically Acceptable (LPTA) offer. Quotations are due April 2, 2026, at 10:00 AM EST.
Scope of Work
The requirement is for 40 units of LOUDSPEAKER, ELECTROMAGNETIC, specifically DNH A/S DEN NORSKE HOEYTALERFABRIKK, Part Number P-DNH-66FHT. Key specifications include:
- Material/Color: Aluminum Alloy (LM-6) / RAL 7031 (custom color cost $655 for all speakers).
- Mounting: Bracket; Termination: Internal screw terminals.
- Performance: IP-67 rated, -50°C to 150°C ambient temp, 100V transformer, 50W rated power (80W max), 109 dB SPL 1W/1M, 125 dB SPL rated power, 300-7000 Hz effective frequency range.
- Protection: Electrostatic protection IAW MIL-PRF-81705E_AMENDMENT-1.
- Packaging: Individually packaged IAW MIL-STD-2073-1E W/CHANGE 1, Method 10, and ASTM-D-3951-10 (if authorized). Standard commercial packaging is unacceptable; failure to meet USCG packaging requirements will result in quote rejection.
- Marking: Individually marked IAW MIL-STD-129P CHANGE 4, with bar coding (Code 39 and 2D PDF417) if capable.
- Delivery: F.O.B. Destination to USCG SFLC, 2401 Hawkins Point Road, Baltimore MD 21126.
Contract Details
- Type: Firm Fixed Price (FFP) purchase order, awarded using simplified acquisition procedures (FAR 13.106).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS: 334310 (Audio and Video Equipment Manufacturing), Size Standard: 500 employees.
- Award Basis: All or none, Lowest Price Technically Acceptable (LPTA).
Submission & Evaluation
Offerors must submit quotations by April 2, 2026, at 10:00 AM EST. Required submissions include:
- A completed FAR 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services (with Alternate I).
- Disclosure regarding inverted domestic corporations (HSAR 48 CFR 3009.104-70 through 3009.104-73).
- Company Tax Information Number.
- Companies must have valid DUNS numbers and be registered in SAM.gov. The award will be made to the responsible offeror whose quote conforms to the solicitation and is most advantageous to the Government, based on LPTA.
Applicable Clauses
This solicitation incorporates various FAR clauses, including 52.212-1 (Instructions to Offerors), 52.212-4 (Contract Terms and Conditions), and 52.212-5 (Contract Terms & Conditions Required to Implement Statutes or Executive Orders). Key clauses under 52.212-5 include 52.219-6 (Notice of Total Small Business Set-Aside), 52.219-28 (Post Award Small Business Program representation), 52.225-1 (Buy American Act—Supplies), and 52.232-33 (Payment by Electronic Funds Transfer—SAM). HSAR and CGAP clauses also apply. Offerors should review all incorporated clauses, accessible at www.acquisition.gov, www.dhs.gov, and www.uscg.mil.