LOUDSPEAKER PERMANENT MAGNET

SOL #: 70Z08026Q20851Combined Synopsis/Solicitation

Overview

Buyer

Homeland Security
Us Coast Guard
SFLC PROCUREMENT BRANCH 1(00080)
NORFOLK, VA, 23510, United States

Place of Performance

Place of performance not available

NAICS

Radio and Television Broadcasting and Wireless Communications Equipment Manufacturing (33422)

PSC

Headsets, Handsets, Microphones And Speakers (5965)

Set Aside

No set aside specified

Timeline

1
Posted
May 12, 2026
2
Submission Deadline
May 18, 2026, 2:00 PM

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 requesting quotations for 5 LOUDSPEAKER PERMANENT MAGNETs (NSN: 5965-07-733-8852, OEM PN: HMC-5482, MFG: HOSE-MCCANN COMMUNICATIONS). This is a Total Small Business Set-Aside opportunity. Quotations are due by May 18, 2026, at 10:00 AM Eastern Standard Time. Award will be a Firm Fixed Price contract based on Lowest Price Technically Acceptable (LPTA).

Scope of Work

This solicitation requires the supply of five (5) LOUDSPEAKER PERMANENT MAGNETs. A critical requirement is adherence to strict military packaging standards, specifically MIL-STD-2073-1E Method 41, including electrostatic discharge (ESD) protective material (MIL-PRF-81705E Type III) and Fast Pack containers (PPP-B-1672E Type II, Style D). Standard commercial packaging is unacceptable and will result in rejection. While the brand name part (HMC-5482) is mandatory for consideration, offers of "equal" products will be evaluated if they meet the specified salient physical, functional, or performance characteristics. Delivery is F.O.B. Destination to USCG SFLC, Baltimore, MD.

Contract Details

  • Type: Combined Synopsis/Solicitation (FAR Subpart 12.6), Firm Fixed Price.
  • Set-Aside: Total Small Business (FAR 52.219-6).
  • NAICS: 33422, with a business size standard of 700 employees.
  • Award Basis: All or none, Lowest Price Technically Acceptable (LPTA).

Submission & Evaluation

  • Response Due: May 18, 2026, 10:00 AM Eastern Standard Time.
  • Eligibility: All responsible sources with valid DUNS numbers and SAM.gov registration may submit a quotation. Offerors must provide their company Tax Information Number (TIN).
  • Required Submissions:
    • Disclosure regarding inverted domestic corporations (HSAR 48 CFR 3009.104-70 through 3009.104-73).
    • A completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2025) with Alternate I.
  • Evaluation: The Coast Guard intends to award to the responsible offeror whose quotation, conforming to the solicitation, is most advantageous to the Government, based on LPTA.

Key Clauses

Applicable FAR clauses include 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). HSAR 3052.209-70 (Prohibition on contracts with corporate expatriates) and CGAP 3042.302-90 (Valuation Requirements for Spare Parts) are also incorporated.

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 12, 2026
LOUDSPEAKER PERMANENT MAGNET | GovScope