Opportunity
SAM #70Z08026QRO139
US Coast Guard Solicitation for Turck-Multiprox Proximity Switches
Buyer
USCG Surface Forces Logistics Center Procurement Branch 1
Posted
May 12, 2026
Respond By
May 19, 2026
Identifier
70Z08026QRO139
NAICS
334419, 334511
The US Coast Guard Surface Forces Logistics Center (SFLC Procurement Branch 1) is soliciting quotes for proximity switches for use on the RHIB launch recovery system door. - Government Buyer: - United States Coast Guard, Surface Forces Logistics Center, Procurement Branch 1 - OEMs and Vendors: - Turck-Multiprox, Inc. (primary OEM) - Turck (acceptable alternative OEM) - Products Requested: - 100 units of Turck-Multiprox proximity switch - Part number: NI15-P30-RZ3X-B2131 - Turck part number 4375491 is also acceptable - Unique/Notable Requirements: - Each switch must be individually packaged per MIL-STD-2073-1E Method 10 - Packaging must use ASTM-D5118 heavy duty double-wall fiberboard boxes, with cushioning to prevent damage - Items must be marked in accordance with MIL-STD-129R and ISO/IEC-16388-2007 (Code 39 symbology) - All items will be inspected upon delivery; non-compliance with packaging, packing, marking, or bar-coding will result in rejection and possible return - Delivery Location: - Coast Guard warehouse (specific address provided below)
Description
The United States Coast Guard Surface Forces Logistics Center has a requirement and is requesting quotations for the following part:
Item 1)
5930 01-709-0554
SWITCH PROXIMITY
MFG NAME: TURCK-MULTIPROX, INC.
PART NBR: NI15-P30-RZ3X-B2131
QTY: 100
Proximity switch used on the RIB recovery system door. The reference number is actually a build number. The actual Turck part number is 4375491 and is acceptable.
Each item shall be individually packaged in accordance with MIL-STD-2073-1E method, 10 in an appropriately sized ASTM-D5118 heavy-duty double-wall fiberboard box, cushioned as appropriate to prevent damage from movement or external impact.
Marking shall be in accordance with MIL-STD-129R, except bar coding shall be in accordance with ISO/IEC-16388-2007, Code 39 symbology.
All items are inspected upon delivery to the Coast Guard warehouse. Failure to meet packaging, packing, marking (PP&M), and bar-coding requirements will result in rejection and possible return to the vendor, which may delay payment. Any questions regarding PP&M or bar-coding should be addressed with the contracting officer prior to contract award.
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, 10/1/2025, FAC Number 2025-06, 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 333998, and the business size standard is 500. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.
The U.S. Coast Guard intends to award on an all-or-none basis to a responsible offeror whose conforming offer is the most advantageous to the government. Award will be based on the lowest price technically acceptable. The Coast Guard intends to award a Firm Fixed Price Contract.
All responsible sources may submit a quotation via email to Eric.I.Goldstein@uscg.mil. If timely received, it shall be considered by the agency. Companies must have valid DUNS numbers and be registered with SYSTEM FOR AWARD MANAGEMENT (SAM), and shall provide the company Tax Identification Number (TIN) with their offer. The closing date and time for receipt of quotes is December 16, 2025, at 9:00 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. (A copy of the approved waiver, if granted, or the waiver request, if applied for, shall be attached to the bid or proposal.)
(End of provision)
The following FAR clauses provisions apply to this solicitation: FAR 52.212-1, Instructions to Offerors-Commercial Items (June 2020); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (November 2020) with Alternate I. Offerors must include a completed copy of FAR 52.212-3 with their quote.
The following FAR clauses apply: Offerors may obtain full text versions electronically at www.arnet.gov. These include FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (November 2020). The applicable clauses listed within FAR 52.212-5 are:
52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services.
As prescribed in 12.301(b)(4), insert the following clause:
Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services (Oct 2025)
(a) The Contractor shall comply with the following FAR clauses, incorporated by reference, to implement applicable laws or executive orders:
(1) 52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (Jan 2017); (2) 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities (Dec 2023); (3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment (Nov 2021); (4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015); (5) 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023); (6) 52.233-3, Protest After Award (Aug 1996); (7) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004);
(b) The Contractor shall comply with FAR clauses indicated by the Contracting Officer as incorporated by reference to implement applicable laws or orders. The Contractor shall check the appropriate boxes and include the clauses in subcontracts as required.
<!-- Additional clauses and provisions follow the same pattern, omitted here for brevity -->
**STANDARD COMMERCIAL PACKAGING IS UNACCEPTABLE. IF YOU CANNOT MEET THE COAST GUARD'S PACKAGING REQUIREMENTS, YOUR QUOTE WILL NOT BE ACCEPTED.**
PLEASE STATE THAT YOU CAN MEET THE PACKAGING REQUIREMENTS ON THE QUOTE.