Repair MSO Display for HC-144 Aircraft.
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.
This is a solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Regulation (FAR) subpart 12.201 as supplemented with additional information included in this notice. This announcement constitutes as the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number 70Z03826QL0000051 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect as of November 28, 2025, IAW the Revolutionary FAR Overhaul (RFO).
The applicable North American Industry Classification Standard Code is 488190. The small business size standard is $40 million. This is a restricted solicitation. All responsible sources may submit a quotation which shall be considered by the agency.
It is anticipated that a firm-fixed price purchase order shall be awarded on a sole source basis to Neuro Logic Systems, Inc (CAGE Code: 1L5F5) as a result of this synopsis/solicitation for the following items:
SCHEDULE OF SUPPLIES
Line Item 1
Nomenclature: MSO Display
National Stock Number (NSN): 1560-01-HS3-0699
Part Number (P/N): RF-20-R-PIP-28-V2 (Manufacturer CAGE Code: 1L5F5)
Quantity: 10 Each
Sources must be able to obtain the required technical expertise, engineering data, and Original Equipment Manufacturer (OEM), Neuro Logic Systems, Inc (Cage Code 1L5F5), parts required to successfully perform the required repairs. Concerns having the expertise and required capabilities to provide these repairs are invited to submit offers in accordance with the requirements stipulated in this solicitation
At the time of award, the USCG will place an order for the repair of ten (10) MSO Displays. IAW with FAR 52.217-6 clause, the USCG may require additional MSO Display repairs by up to five (5) additional, at the same price specified in the original purchase order. The maximum amount will be fifteen (15). The Contracting Officer may exercise this option by written notice to the Contractor through one (1) year after date of award (or other mutually agreed-upon date). Delivery terms for additional orders shall be the same as called for in the original purchase order unless the parties otherwise agree.
The contractor shall furnish a Certificate of Conformance (COC) IAW FAR clause 52.246-15. The COC must be submitted in the format specified in the clause.
NOTE: NO DRAWINGS, SPECIFICATIONS, OR SCHEMATICS ARE AVAILABLE FROM THE USCG.
Please carefully review this solicitation’s attachments for additional information and requirements such as applicable clauses and instructions to offerors:
- Terms and Conditions
- Statement of Work
- Redacted Justification for Other Than Full and Open Competition
- Wage Determination 2015-5625 (CA)
Please note: Only quotations with shipping terms of F.O.B. Destination or F.O.B Origin will be accepted. Shipping terms of Ex Works (EXW) or Incoterms 2020 (to include but not limited to DAP Incoterms 2020 and FCA, Incoterms 2020) will not be accepted.
The closing date and time for receipt of offers is 22 January 2026 at 10:00 a.m. Eastern Time. Email quotations are preferred and may be sent to Logan.J.Brown3@uscg.mil. Please indicate 70Z03826QL0000051 in the subject line.