Opportunity
SAM #70Z08026Q
US Coast Guard seeks overhaul and repair services for Hatteland Technology 19-inch Display Units
Buyer
USCG Surface Forces Logistics Center Procurement Branch 1
Posted
May 14, 2026
Respond By
May 21, 2026
Identifier
70Z08026Q
NAICS
811212, 8112, 811219
The U.S. Coast Guard Surface Force Logistics Center (SFLC) is seeking overhaul and repair services for Hatteland Technology AS 19-inch Display Units used on multiple vessel classes. - Government Buyer: - U.S. Coast Guard SFLC Procurement Branch 1 - OEMs and Vendors: - Hatteland Technology AS (OEM) - Products/Services Requested: - Ten Hatteland Technology AS 19-inch Display Units (part number JH 19T14 MMD-AA1-AOAA, NSN 7025-25-160-6957) - Open, inspect, report, overhaul/repair, test, packaging, marking, and delivery services for these units - Unique/Notable Requirements: - Substitute parts or part numbers are not acceptable; only the specified OEM part is allowed - No proprietary technical data, drawings, or schematics will be provided - Repairs must follow SFLC Specification R-400-299-M (Oct 2014) - Packaging and preservation must comply with MIL-STD-2073-I and MIL-STD-129R - Warranty coverage up to two years post-installation - Final repair costs to be negotiated after inspection report - Delivery Locations: - US Coast Guard SFLC Receiving Room, Bldg. #88A, 2401 Hawkins Point Road, Baltimore, MD 21226 (primary delivery) - Hatteland Display, AS Eikeskogvegen 52, Aksdal, Norway (potential shipment for OEM repair) - Estimated contract value: Not to exceed $2,500
Description
THE USCG SURFACE FORCE LOGISTICS CENTER HAS A REQUIREMENT TO OPEN, INSPECT, REPORT AND OVERHAUL/REPAIR THE FOLLOWING:
7025 25-160-6957 DISPLAY UNIT, 19" (AOAA) Open, Inspect and Report MFG NAME: HATTELAND TECHNOLOGY AS PART_NBR: JH 19T14 MMD-AA1-AOAA QTY: 10
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format outlined in 10/1/2025, FAC Number 2025-06, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
(ii) Solicitation Number 70Z08026QDJ017 issued as a request for quotation (RFQ).
(iii) Solicitation 70Z08026QDJ017 and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC FAR Subpart 12.6, 2025-04 10/1/2025, FAC Number 2025-06.
(iv) NAICS 811310
(v) See Attached Excel Spreadsheet, “CLIN Structure.”
(vi) Substitute parts or part numbers are NOT acceptable. The USCG does not own the rights to the proprietary data and therefore cannot provide drawings, specifications or schematics for these parts.
(vii) Delivery:
Deliveries are to be made Monday through Friday between the hours of 7:00 am to 1:00 pm.
Delivery shall be F.O.B. Destination to:
United States Coast Guard (SFLC) Receiving Room, Bldg. #88A 2401 Hawkins Point Road Baltimore, MD 21226.
Inspection and Acceptance: F.O.B. DESTINATION
Inspection and acceptance shall take place after verification of preservation, individual packaging and marking requirements and confirmation of no damage during transit. Failure to comply with packaging requirements will result in rejection and nonpayment.
(viii) The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. In addition, the following language applies to this provision:
Multiple awards will not be made. Vendor shall provide an all-or-nothing quote for the requirement identified in (v) above.
(ix) Award will be made to the lowest price offeror, that is deemed technically acceptable.
In accordance with the specification, the Contractor shall provide a TOTAL FIRM FIXED PRICE for all necessary equipment and labor (to include estimated repair cost) at a loaded composite hourly rate, including profit, G&A and overhead, material, to arrive at a total price to overhaul, test, prepare and submit a Final Inspection Report, preserve, package, mark and deliver. The composite labor rate will be multiplied by the estimated number of labor hours (XXX) and will be used for evaluation purposes. A material percentage will be proposed by the contractor to be used for all shipping, handling, and other costs associated. This percentage will be multiplied by the Government’s anticipated price to obtain an extended price for evaluation purposes.
The total evaluated price will be based on the total value of CLINs 0001 and 0002. CLIN 0002 will be calculated by adding the two extended prices for Sub-CLINs (SLINs) 0002A, 0002B, and 0002C. Optional Item CLIN 0002 may be exercised at the time of contract award. After the open and inspect report is completed by the vendor and reviewed by the government, the final repair cost will be based on the negotiated hours and rates established at contract award and the proposed level of effort required for the repair as stated in the open and inspect report. The Contracting Officer will review and approve the repair in writing. Only upon the Contracting Officer’s approval will the contractor begin the repair in accordance with the Not to Exceed amount indicated by the Contracting Officer using the pricing in accordance with CLIN 0002. In addition to rates/percentages/prices requested in the price schedule, interested parties shall provide an estimated schedule for repair.
Vendor must be registered at https://www.sam.gov prior to quote submittal.
Each Offeror’s record in FAPIIS will be reviewed prior to award. Award will not be made to any offeror who has any adverse financial information or exclusions.
(x) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, with their offer, if this information is not already included in https://www.sam.gov
(xi) The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.
Electronic Submission of Payment Requests
(a) Definitions. As used in these instructions -
(1) “Payment request” means a bill, voucher, invoice, or request for contract financing payment with associated supporting documentation. The payment request must: comply with the requirements identified in FAR 32.905(b), “Content of Invoices” and the applicable Payment clause included in this contract. In addition, discount offerings and small business status if available shall be stated. If travel was allowable and approved, components in accordance with FAR 31.205-46 shall be provided.
(b) The contractor shall submit payment requests electronically using the Invoice Processing Platform (IPP). The contractor will submit payment requests using the blank form in IPP.
(c) Information regarding IPP, including IPP Customer Support contact information, is available at www.ipp.gov or any successor site. (d) IPP enrollment information is at https://www.uscg.mil/fincen/IPP/.
Additional Clauses
HSAR 3052.212-70 Contract Terms and Conditions Applicable to DHS Acquisition of Commercial Items.
As prescribed in (HSAR) 48 CFR 3012.301, insert the following clause:
Contract Terms and Conditions Applicable to DHS Acquisition of Commercial Items (SEP 2012)
The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The provision or clause in effect based on the applicable regulation cited on the date the solicitation is issued applies unless otherwise stated herein. The following provisions and clauses are incorporated by reference: [The Contracting Officer should either check the provisions and clauses that apply or delete the provisions and clauses that do not apply from the list. The Contracting Officer may add the date of the provision or clause if desired for clarity.]
(a) Provisions.
X_3052.247-72 F.o.B. Destination Only.
(End of clause)
Alternate I (Feb 2000). As prescribed in 12.301 (b)(4)(i), delete paragraph (d) from the basic clause, redesignate paragraph (e) as paragraph (d), and revise the reference to “paragraphs (a), (b), (c), or (d) of this clause” in the redesignated paragraph (d) to read “paragraphs (a), (b), and (c) of this clause”.
Alternate II (Oct 2025). As prescribed in 12.301 (b)(4)(ii), substitute the following paragraphs (d)(1) and (e)(1) for paragraphs (d)(1) and (e)(1) of the basic clause as follows:
(d)(1) The Comptroller General of the United States, an appropriate Inspector General appointed under section 3 or 8 G of the Inspector General Act of 1978 ( 5 U.S.C. App.), or an authorized representative of either of the foregoing officials shall have access to and right to—
(i) Examine any of the Contractor’s or any subcontractors’ records that pertain to, and involve transactions relating to, this contract; and
(ii) Interview any officer or employee regarding such transactions.
(e)(1) Notwithstanding the requirements of the clauses in paragraphs (a), (b), and (c), of this clause, the Contractor is not required to flow down any FAR clause in a subcontract for commercial products or commercial services, other than—
(i) Paragraph (d) of this clause. This paragraph flows down to all subcontracts, except the authority of the Inspector General under paragraph (d)(1)(ii) does not flow down; and
(ii) Those clauses listed in this paragraph (e)(1). Unless otherwise indicated below, the extent of the flow down shall be as required by the clause-
52.203-13, Contractor Code of Business Ethics and Conduct (Nov 2021) (41 U.S.C. 3509). 52.203-15, Whistleblower Protections Under the American Recovery and Reinvestment Act of 2009 (Jun 2010) (Section 1553 of Pub. L. 111-5). 52.203-17, Contractor Employee Whistleblower Rights (Nov 2023) ( 41 U.S.C. 4712). 52.204-23, Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities (Dec 2023) (Section 1634 of Pub. L. 115-91). 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Nov 2021) (Section 889(a)(1)(A) of Pub. L. 115-232). 52.204-27, Prohibition on a ByteDance Covered Application (Jun 2023) (Section 102 of Division R of Pub. L. 117-328). ( 1) 52.204–30, Federal Acquisition Supply Chain Security Act Orders—Prohibition. (Dec 2023) ( Pub. L. 115–390, title II). (2) Alternate I (Dec 2023) of 52.204-30. 52.219-8, Utilization of Small Business Concerns (Jan 2025) ( 15 U.S.C. 637(d)(2) and (3)), in all subcontracts that offer further subcontracting opportunities. If the subcontract (except subcontracts to small business concerns) exceeds the applicable threshold specified in FAR 19.702(a) on the date of subcontract award, the subcontractor must include 52.219-8 in lower tier subcontracts that offer subcontracting opportunities. 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Jun 2020) ( 38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) ( 29 U.S.C. 793). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). Flow down required in accordance with paragraph (f) of FAR clause 52.222-40. 52.222-41, Service Contract Labor Standards (Aug 2018) ( 41 U.S.C. chapter 67). __ ( 1) 52.222-50, Combating Trafficking in Persons (Oct 2025) ( 22 U.S.C. chapter 78 and E.O. 13627). __ ( 2) Alternate I (Mar 2015) of 52.222-50 ( 22 U.S.C. chapter 78 and E.O. 13627). 52.222-51, Exemption from Application of the Service Contract Labor Standards to Contracts for Maintenance, Calibration, or Repair of Certain Equipment-Requirements (May 2014) ( 41 U.S.C. chapter 67). 52.222-53, Exemption from Application of the Service Contract Labor Standards to Contracts for Certain Services-Requirements (May 2014) ( 41 U.S.C. chapter 67). 52.222-54, Employment Eligibility Verification (Jan 2025) ( E.O. 12989). 52.222-55, Minimum Wages for Contractor Workers Under Executive Order 14026 (Jan 2022). 52.222-62, Paid Sick Leave Under Executive Order 13706 (Jan 2022) (E.O. 13706). __ ( 1) 52.224-3, Privacy Training (Jan 2017) ( 5 U.S.C. 552a). __ ( 2) Alternate I (Jan 2017) of 52.224-3. 52.225-26, Contractors Performing Private Security Functions Outside the United States (Oct 2016) (Section 862, as amended, of the National Defense Authorization Act for Fiscal Year 2008; 10 U.S.C. Subtitle A, Part V, Subpart G Note). 52.226-6, Promoting Excess Food Donation to Nonprofit Organizations. (Jun 2020) ( 42 U.S.C. 1792). Flow down required in accordance with paragraph (e) of FAR clause 52.226-6. 52.232-40, Providing Accelerated Payments to Small Business Subcontractors (Mar 2023) ( 31 U.S.C. 3903 and 10 U.S.C. 3801). Flow down required in accordance with paragraph (c) of 52.232-40. 52.240-1, Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities (Nov 2024) (Sections 1821-1826, Pub. L. 118-31, 41 U.S.C. 3901 note prec.). 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (Nov 2021) ( 46 U.S.C. 55305 and 10 U.S.C. 2631). Flow down required in accordance with paragraph (d) of FAR clause 52.247-64.