PULL STATION INTELLIGENT, TERMINAL JUINCTION BOX
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) is soliciting quotations for Intelligent Pull Stations and Terminal Junction Boxes. This is a Total Small Business Set-Aside opportunity, seeking commercial items under simplified acquisition procedures. The award will be a Firm Fixed-Price contract on an all-or-none basis to the Lowest Price Technically Acceptable offeror. Quotations are due by January 29, 2026, at 9:00 AM Eastern Standard Time.
Scope of Work
The requirement is for two specific items:
- Item 1: 34 units of PULL STATION INTELLIGENT (MGC SYSTEM CORP. DIV MIRCOM INC., Part No. MS-710ADU, updated to MS-710APU).
- Item 2: 38 units of TERMINAL JUINCTION BOX (MGC SYSTEM CORP. DIV MIRCOM INC., Part No. MIX-M500R, updated to MIX-M500RAP). Both items are brand name mandatory, though "equal" products meeting salient characteristics may be considered if approved by USCG.
Critical Packaging Requirements
A key requirement is strict adherence to packaging standards:
- Individual packaging in accordance with MIL-STD-2073-1E METHOD 10, cushioned and packed in an ASTM-D5118 double-wall fiberboard box.
- Marking IAW MIL-STD-129R and bar-coded IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY.
- Standard commercial packaging is unacceptable. Failure to meet these requirements will result in warehouse rejection. Vendors may use a third party for packaging, but must provide additional cost with their quotation.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation (FAR Subpart 12.6, FAR 13 - Simplified Acquisition)
- Contract Type: Firm Fixed-Price
- Set-Aside: Total Small Business (FAR 19.5)
- NAICS: 333998 (All Other Miscellaneous Manufacturing), Size Standard: 500 employees
- Response Due: January 29, 2026, 9:00 AM EST
- Published: January 22, 2026
Evaluation & Submission
Award will be made on a Lowest Price Technically Acceptable (LPTA) basis, on an all-or-none basis. Offerors must submit quotations via email to Eric.I.Goldstein@uscg.mil. Required submission elements include:
- Valid DUNS number and SAM registration.
- Company Tax Information Number (TIN).
- Disclosure regarding inverted domestic corporations.
- A completed copy of FAR 52.212-3, Offeror Representations and Certifications—Commercial Items (as detailed in the attached document summary).
- Explicit confirmation on the quote that all required packaging requirements can be met.
Applicable FAR Clauses
Key clauses include FAR 52.212-1 (Instructions to Offerors), 52.212-3 (Representations and Certifications), 52.212-4 (Contract Terms), and 52.212-5 (Terms to Implement Statutes/Executive Orders), with specific sub-clauses checked for Total Small Business Set-Aside, Equal Opportunity, Combating Trafficking in Persons, and Electronic Funds Transfer.