OEM SALWICO CONSILIUM Fire Alarm Panel and Associated Installation Services
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 seeking quotes for a brand-name only SALWICO CONSILIUM Fire Alarm Panel (Model 5831813-00A) and associated installation services for the USCGC Charles Sexton in Key West, FL. This is a Total Small Business Set-Aside. Quotes are due by May 13, 2026, at 4 P.M. Eastern Standard Time (EST).
Scope of Work
The contractor shall provide all personnel, labor, materials, parts, tools, software, test equipment, and supplies to replace the obsolete Mircom PRO-2000XS Fire Alarm Panel (FAP) with the new Salwico Consilium Model 5831813-00A FAP. Key tasks include:
- Providing a qualified Technical Representative familiar with the Salwico Consilium FAP.
- Developing a draft installation drawing/plan for USCG review.
- On-site tasking at USCGC Charles Sexton (Key West, FL) from July 27, 2026, to August 7, 2026.
- Removing the existing Mircom FAP and installing the new Salwico Consilium FAP.
- Testing the new fire detection system to ensure functionality.
- Providing a final report documenting the installation.
This is a brand-name only requirement; no equal or alternate parts will be accepted. Vendors must be an authorized Salwico Consilium Dealer and provide verification documentation from the OEM.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (Request for Quote Number 52000RFQ260024349), Firm-Fixed Price, using Simplified Acquisition Procedures (FAR Part 13).
- Set-Aside: Total Small Business Set-Aside (FAR 19.5). NAICS Code: 238210 ($19.0 Million size standard).
- Period of Performance: May 18, 2026 – August 7, 2026.
- Quotes Due: May 13, 2026, 4 P.M. EST.
- Published Date: May 8, 2026.
Evaluation & Award
Award will be made to the responsible contractor whose quote is most advantageous and represents the best value to the Government, considering specification, price, past performance, and quality. The Government reserves the right to award on an "All or None Basis" (lowest aggregate price).
Submission Requirements
Interested vendors must submit quotes on company letterhead, including:
- Cost Breakdown, Unit Cost, Extended Price, Total Price.
- Payment Terms and Discount offered for prompt payment.
- Company Unique Entity ID (UEI) and CAGE Code.
- Verification documentation from Salwico Consilium as an authorized dealer.
Quotes must be emailed to Ms. Jackie Handley at Jacqueline.D.Handley@uscg.mil and carbon copied to Contracting Officer SKC Patricia Fremming at Patricia.M.Fremming@uscg.mil.
Additional Notes
Vendors MUST be registered in SAM.gov. A shortened solicitation response period is being utilized due to urgent operational requirements and extended material lead times. All questions must be directed to Ms. Jackie Handley and SKC Patricia Fremming via email.