SENSOR, SPEEDLOG
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 13 SENSOR, SPEEDLOG units (MFG: YOKOGAWA DENSHIKIKI LTD., PART_NBR: V8816DF or approved equal). This is a Total Small Business Set-Aside opportunity, with responses due by May 21, 2026, at 9:00 AM Eastern Standard Time.
Scope of Work
The requirement is for 13 units of an obsolete speed sensor, specifically the V8816DF model, designed for the EML500-HV1 Electromagnetic Speed Log System. Key specifications include flush mounting, built-in preamplifier, 70mm outside diameter, 510mm length, and single-axis operation for single bottom hulls. Offers for "equal" products must meet these salient physical, functional, or performance characteristics, with the USCG determining acceptability.
Mandatory military packaging requirements are critical for this acquisition. Items must be individually packaged, protected, and marked in accordance with MIL-STD-2073-1E W/CHANGE 1, MIL-PRF-81705E_AMENDMENT-1 (for barrier materials, ESD protective, heat-sealable), and MIL-STD-129R (for military marking and bar coding). Standard commercial packaging is unacceptable, and offerors must explicitly state their ability to meet these packaging standards in their quotation.
Contract Details
This is a combined synopsis/solicitation for a commercial item, prepared under FAR Subpart 12.6 and utilizing simplified acquisition procedures (FAR 13). The NAICS code is 333998 with a 500-employee size standard. The resultant purchase order will be a Firm Fixed Price Contract, awarded on an all-or-none basis to the responsible offeror whose quotation is the Lowest Price Technically Acceptable (LPTA).
Submission Requirements & Evaluation
Quotations must be submitted via email to Eric.I.Goldstein@uscg.mil. Offerors must possess valid DUNS numbers, be registered with the System for Award Management (SAM), and provide their company Tax Information Number (TIN) with their offer. Required submission information includes a disclosure regarding inverted domestic corporations and a completed copy of FAR 52.212-3, Offeror Representations and Certifications—Commercial Items. This document, as highlighted in its summary, is crucial for verifying business size, socioeconomic status, and compliance with federal regulations.
Several FAR clauses apply, including 52.212-1 (Instructions to Offerors), 52.212-4 (Contract Terms and Conditions), and 52.212-5 (Contract Terms & Conditions Required to Implement Statutes or Executive Orders), which incorporates clauses such as 52.219-6 (Notice of Total Small Business Set-Aside), 52.222-26 (Equal Opportunity), 52.225-3 (Buy American-Free Trade Agreements-Israeli Trade Act), and 52.232-33 (Payment by Electronic Funds Transfer).
Deadline
All quotations must be received by May 21, 2026, at 9:00 AM Eastern Standard Time.