Purchase of Multi-Functional Control 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), under the Department of Homeland Security, is soliciting quotations for the purchase of three Multi-Functional Control Display Units (P/N: 19600-04, NSN: 7020-01-HS3-1869). This requirement, issued as Request for Quotation (RFQ) 70Z03826QH0000029, is anticipated to result in a sole-source, firm-fixed-price purchase order to Radiant Power Corp (CAGE: 1MXA1), the Original Equipment Manufacturer (OEM). Quotations are due by February 20, 2026, at 12:00 PM Eastern Time.
Scope of Work
The contractor shall furnish three (3) new, approved Multi-Functional Control Display Units, Part Number 19600-04, National Stock Number 7020-01-HS3-1869. A Certificate of Conformance (COC) is required in accordance with FAR clause 52.246-15. No drawings, specifications, or schematics are available from the agency.
Contract & Timeline
- Type: Combined Synopsis/Solicitation (RFQ) for a Firm-Fixed-Price Purchase Order
- Set-Aside: Unrestricted
- NAICS: 336413 (Aircraft Engine and Engine Parts Manufacturing), Small Business Size Standard: 1,250 employees
- Response Due: February 20, 2026, 12:00 PM ET
- Anticipated Award Date: On or about March 11, 2026
- Published: February 6, 2026
Evaluation
Award is expected to be sole source to Radiant Power Corp based on fair and reasonable pricing and responsibility determination, as justified by the Justification for Other Than Full and Open Competition (Attachment 3). This justification cites FAR 12.102(a) due to Radiant Power Corp being the OEM with proprietary rights. If other responsible offers are received, evaluation will be Lowest Priced, Technically Acceptable (LPTA), with technical acceptability based on the OEM's ability to provide new manufactured commercial items.
Key Documents & Instructions
- Attachment 1 - Terms and Conditions: Outlines applicable FAR/HSAR clauses, evaluation criteria, shipping requirements (F.O.B. Destination to USCG Aviation Logistics Center, Elizabeth City, NC), documentation (DD Form 250, COC, traceability), packing, quality assurance, warranty, and payment instructions.
- Attachment 2 - Schedule: Provides the required format for price quotations, including line items, quantities, unit prices, lead times, and total quotation. Bidders must fill in yellow boxes only.
- Attachment 3 - Justification for Other Than Full and Open Competition: Details the rationale for the sole-source procurement to Radiant Power Corp.
Quotations must be emailed to Angela.L.Watts@uscg.mil or SMB-ALC-LRS-PROCUREMENT@uscg.mil, with "70Z03826QH0000029" in the subject line.