Opportunity

SAM #70Z08026Q20841B00

USCG Solicitation for L3 Technologies Interface Unit, Automatic Data (PN: K10056345-2)

Buyer

USCG Surface Forces Logistics Center Procurement Branch 1

Posted

May 08, 2026

Respond By

May 13, 2026

Identifier

70Z08026Q20841B00

NAICS

423860, 3342, 334511, 336413, 336419, 423690

The US Coast Guard Surface Forces Logistics Center (SFLC) is seeking quotations for specialized electronic equipment to support its operations: - Buyer: United States Coast Guard, Surface Forces Logistics Center (SFLC PROCUREMENT BRANCH 1(00080)) - OEMs Highlighted: - L3 Technologies, Inc. (primary manufacturer of requested equipment) - Rolls Royce Solutions GMBH (mentioned as a potential source) - Products Requested: - Five (5) Interface Unit, Automatic Data devices - Manufacturer: L3 Technologies, Inc. - Part Number: K10056345-2 - NSN: 7025-01-694-2001 - Only genuine OEM parts from L3 Technologies or authorized distributors accepted; no substitutes allowed - Notable Requirements: - Strict packaging per MILSTD-2073-1E and MIL-PRF-81705E - Delivery to USCG SFLC Receiving Room, Baltimore, MD - Firm Fixed Price Contract; all-or-none, lowest price technically acceptable award - Potential sources include L3 Technologies and Rolls Royce Solutions GMBH or their authorized distributors

Description

The United States Coast Guard Surface Forces Logistics Center has a emergent requirement and requesting quotations for the following parts:  

Item 1) 

NSN: 7025-01-694-2001 

INTERFACE UNIT, AUTOMATIC DATA 

MFG: L3 TECHNOLOGIES, INC.    

PN: K10056345-2 

QTY: 5 EA 

EACH ITEM SHALL BE INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MILSTD-2073-1E METHOD 41, INITIALLY WRAPPED IN ELECTROSTATIC DISCHARGE PROTECTIVE MATERIAL CONFORMING TO MIL-PRF-81705E, TYPE III. EACH ITEM SHALL THEN BE PACKAGED IN A FAST PACK 

CONTAINER CONFORMING TO PPP-B-1672E, TYPE II, STYLE D. (ELECTRONICSSENSITIVE TO ESD). FAILURE TO MEET THE PACKING, PACKAGING, MARKING AND BARCODING REQUIREMENTS WILL RESULT IN WAREHOUSE REJECTION AND ITEMS WILL BE SHIPPED BACK TO VENDOR.

**STANDARD COMMERCIAL PACKAGING IS UNACCEPTABLE, IF YOU CANNOT MEET THE COAST GUARDS PACKAGING REQUIREMENTS YOUR QUOTE WILL NOT BE ACCEPTED. *

Ship to: USCG SFLC, RECEIVING ROOM- BLDG. 88, 2401 HAWKINS POINT ROAD, BALTIMORE, MD 21226 

This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2025-06 (Oct 1, 2026) and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested, and a written solicitation will not be issued. The NAICS code for this solicitation is 3342 and the business size standard is 600. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.106 apply.   

Substitute parts are not acceptable.  It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this synopsis/solicitation.  It is the Government’s belief that only Rolls Royce Solutions GMBH and/or their authorized distributors can offer these units.  Concerns having the expertise and required capabilities to provide this item are invited to submit complete information discussing the same within two (2) calendar days from the day this notice posted.  The data must include sufficient details to allow the Coast Guard to evaluate the proposal relative to the requirements. The information submitted must include a letter from the OEM verifying the offeror is an authorized distributor verifying the OEM will supply genuine OEM parts. 

The U.S. Coast Guard intends to award on an all or none basis to a responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government.  The award will be lowest price technically acceptable.  The Coast Guard intends to award a Firm Fixed Price Contract. 

All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with SYSTEMS FOR AWARD MANAGEMENT (www.sam.gov) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is MAY 13, 2025, at 10:00 am Eastern Standard Time  OFFERORS MUST SUBMIT THE FOLLOWING INFORMATION ON THEIR QUOTE: 

Disclosure: The offeror under this solicitation represents that [Check one]:   __ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73;  __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or  __it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submit a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal 

__HSAR 3052.209-70 Prohibition on contracts with corporate expatriates (June 2006) 

(End of provision) 

The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (Sep 2023); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2025) with Alternate I, Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. 

The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.acquisition.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2023); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Oct 2025).  

The following clauses are listed within FAR:  

52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)  

52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553)  

52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)  

The following clauses listed within 52.212-5 are applicable:  

FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Jun 2020, with Alternate I (Nov 2021) 

FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Mar 2020) 

52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (June 2020) 

52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (June 2020) (31 U.S.C. 6101 note). 

FAR 52.219-28, Post Award Small Business Program representation (Feb 2024)(15 U.S.C. 632(a)(2)  

FAR 52.222-3, Convict Labor (Jun 2003) (E.O. 11755)  

FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2024) (E.O. 13126)  

FAR 52.222-21, Prohibition of Segregated Facilities (April 2015)  

FAR 52.222-50, Combat Trafficking in Persons (Oct 2025) (22 U.S.C. chapter 78 and E.O. 13627)  

FAR 52.225-1 Buy American Act-Supplies (Oct 2022)  

FAR 52.225-3, Buy American Act-Free Trade Agreement (Nov 2023) (41 U.S.C. 10a-10d)  

FAR 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021)  

52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018) (31 U.S.C. 3332).  

The following tems are incorporated as addenda to this solicitation: Copies of HSAR clauses may be obtained electronically at www.dhs.gov

CGAP 3042.302-90 Valuation Requirements for the Acquisition of Spare Parts Purchased for Inventory Control Points from HQ Contracts (OCT 2008). Copies of CGAP clauses may be obtained electronically at: www.uscg.mil/acquisition/procurement/pdf/CIM_4200_19H.pdf 

View original listing