SPEAKER, FWD, LOUDHAILER

SOL #: 70Z08026QDI003Combined Synopsis/Solicitation

Overview

Buyer

Homeland Security
Us Coast Guard
SFLC PROCUREMENT BRANCH 1(00080)
NORFOLK, VA, 23510, United States

Place of Performance

Place of performance not available

NAICS

Other Communications Equipment Manufacturing (334290)

PSC

Headsets, Handsets, Microphones And Speakers (5965)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)

Timeline

1
Posted
Feb 19, 2026
2
Submission Deadline
Feb 26, 2026, 3:00 PM

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 is soliciting quotations for Loudhailer Speakers (NSN: 5965-01-568-0102, P/N: HM387-1660UV-3). This is a Total Small Business Set-Aside opportunity, with award based on the Lowest Price Technically Acceptable (LPTA) offer on an all-or-none basis. Quotations are due February 26, 2026, at 10:00 AM Eastern Standard Time.

Scope of Work

The requirement is for 10 units of SPEAKER, FWD, LOUDHAILER, specifically LOUDHAILER, 100W UV DRIVER, 3 FT TUBE, 16" PROJECTOR, manufactured by HOSE-MCCANN COMMUNICATIONS (P/N: HM387-1660UV-3). A critical aspect of this requirement is strict adherence to military packaging and marking standards. Each item must be individually packaged, protected, and marked according to MIL-STD-2073-1E W/CHANGE 1, MIL-PRF-81705E_AMENDMENT-1 for electrostatic protection (Type III, Class I), and MIL-STD-129R for marking, including bar coding (Code 39 and PDF417). Standard commercial packaging is unacceptable, and failure to meet these requirements will result in quote rejection. Delivery is F.O.B. Destination to USCG Surface Forces Logistics Center, Baltimore, MD.

Contract Details

  • Type: Combined Synopsis/Solicitation, Firm Fixed Price Contract, awarded using Simplified Acquisition Procedures (FAR 13.106).
  • Set-Aside: Total Small Business (FAR 19.5).
  • NAICS: 334290 (800 employee size standard).
  • Award Basis: All or none, Lowest Price Technically Acceptable (LPTA).
  • Department/Agency: Department of Homeland Security / US Coast Guard.

Submission Requirements

Offerors must be registered in SAM.gov with a valid DUNS number and provide their Tax Information Number. Required submission documents include:

  • A completed FAR 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services (October 2025) with Alternate I.
  • Disclosure regarding status as an inverted domestic corporation, as per HSAR 48 CFR 3009.104-70 through 3009.104-73, or a waiver request/approval.

Key Clauses

This solicitation incorporates various FAR clauses, including FAR 52.212-1 (Instructions to Offerors), FAR 52.212-4 (Contract Terms and Conditions), and FAR 52.212-5 (Contract Terms & Conditions Required to Implement Statutes or Executive Orders). Notable clauses include those related to Prohibition on Contracting with Inverted Domestic Corporations (52.209-10), Total Small Business Set-Aside (52.219-6), Buy American Act (52.225-1, 52.225-3), and Payment by Electronic Funds Transfer (52.232-33). HSAR and CGAP clauses are also incorporated by reference.

Deadlines & Contact

  • Quotations Due: February 26, 2026, at 10:00 AM EST.
  • Primary Point of Contact: DONNA SCANDALIATO, DONNA.M.SCANDALIATO@USCG.MIL, 410-762-6259.

People

Points of Contact

Files

Files

Download
Download
Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: Feb 19, 2026
SPEAKER, FWD, LOUDHAILER | GovScope