This government file details a purchase description for a thermostatic switch (ACN/NSN: 5930-01-625-5095). The item is a single switch with a single set point, rated for 10 amps at 125/250 VAC and 3 amps at 480 VAC, featuring a 316 stainless steel sensor and an adjustable temperature range of -15°F to +140°F. Packaging and marking must comply with MIL-STD-2073-1E METHOD 10 and MIL-STD-129R, with individual packing required. Partial shipments are not acceptable, and the item is not sole source. This document outlines the technical specifications and logistical requirements for procuring this specific component.
The U.S. Coast Guard (USCG) Surface Forces Logistics Center (SFLC) has issued Request for Quote #70Z08526P30010B00, a combined synopsis/solicitation for commercial items, specifically for 15 thermostatic switches (Part # ML1H-H202S-WS, NSN 5930-01-625-5095). The quote is due by December 26, 2025, at 1 PM EST, with a required delivery date of March 7, 2026. A Firm Fixed Price Purchase Order is anticipated, and vendors must be registered in SAM.Gov. Payments will be NET 30. All items must be packaged and marked according to MIL-STD-2073-1E METHOD 10 and MIL-STD-129R, with shipping FOB Destination to Baltimore, MD. Invoices are required to be submitted through ipp.gov, with a copy sent to Luke.F.Maupin@uscg.mil.
This government file outlines Federal Acquisition Regulation (FAR) clauses and provisions applicable to solicitations and contracts, particularly for commercial items. Key clauses address offeror instructions, representations and certifications, and contract terms implementing statutes or executive orders. The document also details requirements for System for Award Management (SAM) registration, emphasizing data accuracy and annual updates. Furthermore, it specifies preparation for delivery instructions for shipments to the U.S. Coast Guard, including packing, labeling, and delivery times. Finally, it provides comprehensive guidelines for the inspection of supplies under fixed-price contracts, covering contractor inspection systems, government inspection rights, handling of nonconforming supplies, and acceptance procedures, with alternatives for incentive and retroactive price redetermination contracts.