VOICE LOGGER, DIGITAL
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 is soliciting quotations for one Digital Voice Logger (NSN: 5895-01-658-9728, P/N: NEXLOG740-USCGV2) manufactured by L3 Technologies, Inc. This is a Total Small Business Set-Aside opportunity. The requirement includes stringent military packaging and marking specifications. Quotations are due by May 13, 2026, at 10:00 AM Eastern Standard Time.
Scope of Work
The requirement is for one Digital Voice Logger, P/N NEXLOG740-USCGV2. Key specifications include:
- Electrostatic Protection: IAW Type III, Class I of MIL-PRF-81705E_AMENDMENT-1.
- Individual Preservation & Packaging: IAW MIL-STD-2073-1E Method 10. Standard commercial packaging is unacceptable, and failure to meet these requirements will result in rejection.
- Bar Coding: Required, if capable, to comply with MIL-STD-129R (Code 39 and 2D PDF417).
- Brand Name: The specified part is mandatory; however, offers of "equal" products will be considered if they meet the salient physical, functional, or performance characteristics.
Contract & Timeline
- Opportunity Type: Combined Synopsis/Solicitation for a commercial item, prepared under FAR Subpart 12.6 and utilizing Simplified Acquisition Procedures (FAR 13.106).
- NAICS Code: 3343, with a business size standard of 700 employees.
- Set-Aside: Total Small Business Set-Aside (FAR 52.219-6).
- Award Basis: All or none, Firm Fixed Price contract, awarded to the responsible offeror whose offer is the Lowest Price Technically Acceptable (LPTA).
- Response Due: May 13, 2026, 10:00 AM EST.
- Published Date: May 6, 2026.
- Place of Performance: Curtis Bay, MD 21226.
Submission Requirements
Offerors must:
- Have valid DUNS numbers and be registered in the System for Award Management (SAM.gov).
- Provide their company Tax Information Number (TIN).
- Submit a completed copy of FAR 52.212-3, Offeror Representations and Certifications—Commercial Items (Oct 2025) with Alternate I, along with their quote.
- Include a disclosure regarding inverted domestic corporations as specified in the solicitation.
- Review and comply with all applicable FAR clauses, including 52.212-1, 52.212-4, 52.212-5, and specific clauses listed within 52.212-5 (e.g., 52.219-4, 52.219-28, 52.225-1, 52.225-3). HSAR and CGAP clauses are also incorporated.
Key Considerations
Strict adherence to the specified military packaging, packing, and marking (PP&M) and bar-coding requirements is critical. Failure to meet these will result in item rejection and delayed payment. Questions regarding PP&M should be addressed with the Contracting Officer prior to award. The provided MIL-STD-2073.pdf document summary offers guidance on military packaging principles.