MULTICOUPLER UNIT
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) has an emergent requirement for MULTICOUPLER UNITs (NSN: 5820-99-356-9046, OEM: THALES SECURITY AND DEFENSE INC., PN: 604324-01). This is a combined synopsis/solicitation for a commercial item, with an anticipated non-competitive sole source award to Thales Defense & Security, Inc. or its authorized distributors. However, all responsible sources are invited to submit quotations. Quotations are due by March 13, 2026, at 10:00 AM Eastern Standard Time.
Scope of Work
The requirement is for two (2) MULTICOUPLER UNITs. Each unit must be individually packaged in accordance with ASTM-D3951-10, have electrostatic protection per MIL-B-81705C Type III, Class I, and be individually marked per MIL-STD 129 W/CHANGE 4. Bar coding is required. Standard commercial packaging is unacceptable. Substitute parts are not acceptable.
Contract & Timeline
- Type: Combined Synopsis/Solicitation, Firm Fixed Price Purchase Order, using Simplified Acquisition Procedures (FAR 13.106).
- NAICS: 335999 (Radio And Television Communication Equipment, Except Airborne), Size Standard: 600 employees.
- Set-Aside: None (anticipated sole source, but open to competitive challenge).
- Response Due: March 13, 2026, 10:00 AM EST.
- Published: February 25, 2026.
- Ship To: USCG SFLC, RECEIVING ROOM- BLDG. 88, 2401 HAWKINS POINT ROAD, BALTIMORE, MD 21226.
Evaluation
Award will be made on an all or none basis to a responsible offeror whose quotation is the most advantageous to the Government, based on a Lowest Price Technically Acceptable (LPTA) methodology. The Government believes only Thales Defense & Security, Inc. and/or their authorized distributors can provide these units. Concerns challenging this belief must submit complete information within two calendar days of the notice posting, including sufficient details for evaluation and a letter from the OEM verifying authorized distributor status and genuine OEM parts supply.
Submission Requirements
Offerors must:
- Have valid DUNS numbers and be registered with SAM.gov.
- Provide their Company Tax Information Number (TIN).
- Submit a completed copy of FAR 52.212-3, Offeror Representations and Certifications—Commercial Items (Oct 2025) with Alternate I.
- Include a disclosure regarding inverted domestic corporations (HSAR 48 CFR 3009.104-70 through 3009.104-73).
- If not Thales Defense & Security, Inc., provide an OEM verification letter.
Additional Notes
This solicitation incorporates various FAR clauses, including 52.212-1, 52.212-4, 52.212-5, 52.209-10, 52.233-3, 52.233-4, and others related to small business, labor, Buy American Act, and electronic funds transfer. HSAR and CGAP clauses are also incorporated. Full text versions of FAR clauses are available at www.acquisition.gov. The primary contact is Donna Scandaliato (DONNA.M.SCANDALIATO@USCG.MIL, 410-762-6259).