SWITCH PROXIMITY

SOL #: 70Z08026QRO139Combined 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 Electronic Component Manufacturing (334419)

PSC

Switches (5930)

Set Aside

No set aside specified

Timeline

1
Posted
May 12, 2026
2
Submission Deadline
May 19, 2026, 1:00 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 (USCG SFLC) is soliciting quotations for 100 Proximity Switches (TURCK-MULTIPROX,INC. NI15-P30-RZ3X-B2131 or actual TURCK part no. 4375491). These switches are used on the RHIB Launch Recovery System Door. This is a Total Small Business Set-Aside opportunity, with award based on Lowest Price Technically Acceptable (LPTA) on an all-or-none basis. Quotations are due by December 16, 2025, at 9:00 AM Eastern Standard Time.

Scope of Work

The requirement is for 100 units of a specific proximity switch. A critical aspect of this solicitation is the mandatory packaging requirement. Each item must be individually packaged in accordance with MIL-STD-2073-1E METHOD 10 in an ASTM-D5118 heavy-duty double-wall fiberboard box, cushioned to prevent damage. Marking must comply with MIL-STD-129R, with bar-coding per ISO/IEC-16388-2007, CODE 39 symbology. Failure to meet these packaging, packing, and marking (PP&M) requirements will result in rejection and potential return of items, delaying payment. Offerors must explicitly state their ability to meet these packaging requirements in their quote.

Contract & Timeline

  • Type: Combined Synopsis/Solicitation for commercial items (FAR Subpart 12.6), Firm Fixed Price (FFP).
  • NAICS Code: 333998 (All Other Miscellaneous Manufacturing).
  • Size Standard: 500 employees.
  • Set-Aside: Total Small Business Set-Aside (per FAR 52.219-6 and 52.219-13).
  • Quotation Due: December 16, 2025, 9:00 AM EST.
  • Published: May 12, 2025.

Submission Requirements

All responsible sources may submit a quotation via email to Eric.I.Goldstein@uscg.mil. Offerors must have valid DUNS numbers and be registered with the System for Award Management (SAM), providing their Tax Information Number (TIN) with their offer. Quotes must include a disclosure regarding inverted domestic corporations and a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (with Alternate I). The document summary for FAR 52.212-3 highlights its importance for eligibility, requiring accurate completion of various representations and certifications, either electronically in SAM or by filling out the provision.

Evaluation

Award will be made on an all-or-none basis to the responsible offeror whose quotation is the Lowest Price Technically Acceptable and most advantageous to the Government. Technical acceptability includes adherence to all specified requirements, particularly the stringent packaging standards.

People

Points of Contact

Eric GoldsteinPRIMARY

Files

Files

Download

Versions

Version 1Viewing
Combined Synopsis/Solicitation
Posted: May 12, 2026
SWITCH PROXIMITY | GovScope