A00001 - The response date for this Synopsis/Solicitation has been updated to February 12, 2026 at 2:00 PM EST.
This is a solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Regulation (FAR) subpart 12.201 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. Solicitation number 70Z03826QJ0000086 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect as of November 28, 2025, IAW the Revolutionary FAR Overhaul (RFO).
The applicable North American Industry Classification Standard Code is 336413. The small business size standard is 1,250 employees. This is an unrestricted requirement. All responsible sources may submit a quotation which shall be considered by the agency.
It is anticipated that a firm-fixed price purchase order will be awarded for following items on a brand name basis as a result of this synopsis/solicitation:
Nomenclature: Accelerometer 50 FT
National Stock Number (NSN): 1560-01-HS3-1090
Part Number (P/N): 3077M119
Quantity: fifteen (15) each
*(Optional Quantity: up to an additional fifteen (15) each)
Requested Delivery Date: 03/15/2026
*At the time of award, the United States Coast Guard (USCG) will place an order for the quantity fifteen (15) items. In accordance with (IAW) Federal Acquisition Regulation (FAR) 52.217-6, the USCG may require fifteen (15) additional items for up to a maximum quantity of thirty (30) items at the same price and lead time as the original order within three hundred and sixty-five (365) days after the initial award date.
***Please note that if the USCG chooses to exercise any optional quantity modifications, such modifications will be issued unilaterally to the contractor.
Only the brand name items requested in this solicitation will be considered for award. All items must have clear traceability to the Original Equipment Manufacturer (OEM), Dytran Instruments, Inc. (Cage Code 2W033). Traceability means a clear, complete, documented, and auditable paper trail which traces each step from an OEM to its current location.
The contractor shall furnish a COC in accordance with Federal Acquisition Regulation (FAR) clause 52.246-15. COC must be submitted in the format specified in the clause. Offerors must be able to provide necessary certification including traceability to the manufacturer, manufacturer's COC and its own certificate of conformance. Prospective vendors who are not the OEM must provide traceability for the offered product back to the manufacturer.
NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY.
Please carefully review the following attachments for additional information and requirements:
ATTACHMENT 1 - “TERMS AND CONDITIONS – 70Z03826QJ0000086” FOR APPLICABLE CLAUSES, INSTRUCTIONS AND EVALUATION CRITERIA.
ATTACHMENT 2 – “REDACTED J AND A – 70Z03826QJ0000086” FOR JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION.
Closing date and time for receipt of offers is 2/12/2026 at 2:00PM Eastern Time. Anticipated award date is on or about 2/13/2026. E-mail quotations may be sent to Cindy.K.Harmes@uscg.mil and MRR-PROCUREMENT@uscg.mil. Please indicate 70Z03826QJ0000086 in the subject line.