SONETICS CORPORATION PARTS
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 Surface Forces Logistics Center is issuing a Request for Quotation (RFQ), solicitation number 2126406B3000AE013, for the procurement of SONETICS CORPORATION OEM parts. This is a 100% Total Small Business Set-Aside for brand name sole source items. Quotations are due by February 19, 2026, at 12:00 PM EST.
Scope of Work
The requirement is for various Sonetics Corporation - Firecom radio communication and intercommunication system components. This is a brand name sole source requirement, and vendors must provide OEM parts directly as no proprietary information, manufacturing drawings, specifications, or other technical data will be provided by the U.S. Coast Guard. The required items include:
- 10 Base Station Radios (NSN 5820-01-659-8259, P/N SON150)
- 10 Digital Remote Heads (P/N SON203RH)
- 10 Digital Remote Heads (NSN 5830-01-707-6909, P/N SON203)
- 50 Control Intercommunication Sets (NSN 5830-01-707-7420, P/N HM-30)
- 10 Headset-Microphones (NSN 5965-01-659-8248, P/N APX377)
All items are required for delivery by March 6, 2026, to the USCG YARD in Baltimore, MD.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation (RFQ)
- Set-Aside: 100% Total Small Business
- NAICS: 336611 (Boat Building), Size Standard: 1000 PPL
- Contract Type: Firm Fixed Price
- Place of Delivery: USCG YARD, 2401 Hawkins Point Road, Bldg 88, Baltimore, MD 21226
- FOB: Destination
Submission & Evaluation
Award will be made on an all or none basis to the Lowest Cost Technically Acceptable (LCTA) offeror. Evaluation factors include delivery, pricing, and relevant past performance, with delivery being as important as cost.
Offerors must be registered in SAM.gov and provide their SAM ID and Tax Information Number (TIN). Submissions must also include:
- Company's complete mailing and remittance addresses
- Discounts for prompt payment (if applicable)
- CAGE code
- SAM's Unique Entity ID
- Taxpayer ID number
- A completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items.
Key Dates
- Published Date: February 4, 2026
- Quotations Due: February 19, 2026, by 12:00 PM EST
Contact Information
For inquiries and quotation submission, contact Brandie Dunnigan at brandie.r.dunnigan@uscg.mil or 571-607-2369.