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 (SFLC) has an emergent requirement for two (2) HF Multicoupler Units (MCU 6412), NSN 5820-99-356-9046, manufactured by Thales Defense & Security, Inc. This is a combined synopsis/solicitation, with an anticipated non-competitive sole source award. Quotations are due by February 24, 2025, at 10:00 AM EST.
Scope of Work
The requirement is for two (2) HF Multicoupler Units, MCU 6412, with Manufacturer Part Number 604324-01. These units must meet specific packaging requirements:
- Individually packaged I/A/W ASTM-D3951-10.
- Electrostatic protection I/A/W TYPE III, CLASS I of MIL-B-81705C.
- Individually marked I/A/W 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 (FAR Subpart 12.6), Firm Fixed Price purchase order using simplified acquisition procedures (FAR 13.106).
- NAICS: 335999 (All Other Electrical Equipment and Component Manufacturing), Size Standard 600 employees.
- Set-Aside: None specified. The Government anticipates a non-competitive sole source award, believing only Thales Defense & Security, Inc. and/or its authorized distributors can provide these units.
- Response Due: February 24, 2025, 10:00 AM Eastern Standard Time.
- Published: February 18, 2026.
Submission Requirements
Offerors must submit a quotation including:
- Valid DUNS number and active registration in the System for Award Management (SAM.gov).
- Company Tax Information Number (TIN).
- 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.
- Crucially, concerns challenging the sole source intent must submit complete information within two (2) calendar days of the notice posting, including a letter from the OEM verifying authorized distributor status and genuine OEM parts.
Evaluation
Award will be made on an all or none basis to a responsible offeror whose quote is the lowest price technically acceptable (LPTA) and most advantageous to the Government.
Important Clauses
This solicitation incorporates various FAR clauses, including 52.212-1 (Instructions to Offerors), 52.212-3 (Representations and Certifications), 52.212-4 (Contract Terms and Conditions), and 52.212-5 (Contract Terms & Conditions Required to Implement Statutes or Executive Orders). Offerors must review these clauses, particularly those related to Buy American Act, small business programs, and prohibitions on certain foreign entities.