WIND MEASURING SET
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 (SFLC) is soliciting quotations for 12 Wind Measuring Sets (NSN: 6660-01-443-1104, OEM PN: 05106, MFG: R.M. YOUNG COMPANY LLC). These units are essential components of the anemometers onboard the 87' WPB vessels. This is a Total Small Business Set-Aside. Quotations are due by March 13, 2026, at 10:00 AM Eastern Standard Time.
Scope of Work
The requirement is for 12 Wind Measuring Sets, which are the wind speed and direction monitor parts of the anemometer. 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, specifically bar-coded IAW ISO/IEC-16388-2007, Code 39 symbology, with markings visible to a forklift operator. Standard commercial packaging is unacceptable. Delivery is F.O.B. Destination to USCG Surface Forces Logistics Center, Baltimore, MD.
Contract & Timeline
- Type: Combined Synopsis/Solicitation for a commercial item, Firm Fixed Price contract.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- NAICS Code: 334515 (Measuring and Controlling Instrument Manufacturing) with a business size standard of 750 employees.
- Acquisition Method: Simplified Acquisition Procedures (FAR 13.106).
- Award Basis: All or none, based on Lowest Price Technically Acceptable (LPTA).
- Quotation Due: March 13, 2026, 10:00 AM EST.
- Published: March 5, 2026.
Evaluation
Award will be made to a responsible offeror whose quotation is the most advantageous to the Government, specifically based on the Lowest Price Technically Acceptable (LPTA) criteria. The U.S. Coast Guard intends to award on an all-or-none basis.
Key Requirements & Instructions
Offerors must have a valid DUNS number and be registered with SAM.gov. They must provide their Tax Information Number with their offer. Quotations must include a disclosure regarding inverted domestic corporations and a completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (Oct 2025) with Alternate I. The document summary for FAR 52.212-3 highlights its critical importance for eligibility. The MIL-STD-2073 document summary emphasizes the strict packaging and marking requirements.
Applicable FAR clauses include 52.212-1, 52.212-4, 52.212-5, and specific clauses such as 52.209-10 (Prohibition on Contracting with Inverted Domestic Corporations), 52.219-6 (Notice of Total Small Business Set-Aside), 52.225-1 (Buy American Act-Supplies), and 52.232-33 (Payment by Electronic Funds Transfer-SAM). HSAR and CGAP clauses are also incorporated.
Contact Information
For inquiries, contact AMANDA WOOD at AMANDA.M.WOOD@USCG.MIL or 907-942-1816.