open inspect and report DISPLAY 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 U.S. Coast Guard (USCG) Surface Force Logistics Center (SFLC) is soliciting quotes for the open, inspection, reporting, and overhaul/repair of 10 Display Units (19", Hatteland Technology AS, Part JH 19T14 MMD-AA1-AOAA). This is a Total Small Business Set-Aside, with a price evaluation preference for HUBZone Small Business Concerns. Quotes are due by May 21, 2026, at 1:00 PM UTC (9 AM EDT).
Scope of Work
The contractor will perform an "Open, Inspect and Report (OIR)" on 10 specified 19-inch Display Units (NSN: 7025-25-160-6957, Part Number: JH 19T14 MMD-AA1-AOAA) used on WLB, WLM, WAGB, WTGB, and PB vessels. Repairs, if approved, must adhere to SFLC Specification R-400-299-M dated October 2014. Substitute parts are not acceptable, and the USCG cannot provide proprietary data (drawings, specifications, schematics). An Inspection Report detailing required parts, labor, and estimated cost must be provided to the Contracting Officer, who will determine whether to proceed with repair or disposal.
Contract Details
This is a combined synopsis/solicitation issued as a Request for Quotation (RFQ) under solicitation number 70Z08026QDJ017. The NAICS code is 811310 (Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance). Award will be made to the lowest-priced, technically acceptable offeror based on an "all-or-nothing" quote. The pricing structure requires a total firm fixed price for equipment and labor, including an estimated repair cost, loaded composite hourly rate, profit, G&A, overhead, and material percentage. The total evaluated price will be based on CLINs 0001 and 0002, with CLIN 0002 being an optional item calculated from sub-CLINs 0002A, 0002B, and 0002C. Payment requests must be submitted electronically via the Invoice Processing Platform (IPP).
Delivery & Performance
Delivery of the overhauled units shall be F.O.B. Destination to the United States Coast Guard (SFLC) Receiving Room, Bldg. #88A, 2401 Hawkins Point Road, Baltimore, MD 21226, Monday through Friday, 7:00 AM to 1:00 PM. Inspection and acceptance will occur at destination after verification of packaging and condition. The overhaul work itself is to be performed by the contractor, with items shipped to Hatteland Display, AS in Aksdal, Norway, for the OIR and potential repair. Packaging must meet specific requirements, including individual protection for two years, a wooden box for shipment, and markings per MIL-STD-129R and ISO/IEC-16388-2007.
Key Requirements
Offerors must be registered in SAM.gov prior to quote submittal. A review of the offeror's FAPIIS record will be conducted, and award will not be made to entities with adverse financial information or exclusions. Offerors must include a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, if not already in SAM. A standard manufacturer's warranty is required. If repaired for "onboard repair" or "system stock," the contractor must guarantee the item for two years post-installation. The cost estimate for overhaul is not to exceed $2,500.
Deadlines & Contact
Quotes are due by May 21, 2026, at 1:00 PM UTC (9 AM EDT). Quotes shall be emailed to Eric.I.Goldstein@uscg.mil.