CONTROL UNIT,ALARM
ID: 70Z08026QCV077Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 1(00080)NORFOLK, VA, 23510, USA

NAICS

All Other Miscellaneous General Purpose Machinery Manufacturing (333998)

PSC

MISCELLANEOUS ALARM, SIGNAL, AND SECURITY DETECTION SYSTEMS (6350)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for 100 units of the CONTROL UNIT, ALARM, identified by part number MIX-M500SAP from Chemetron Fire Systems. This procurement is for an intelligent addressable supervised control module designed for fire suppression systems, which must be individually packaged according to strict military standards to ensure acceptance upon delivery. The successful vendor will be awarded a Firm Fixed Price Contract based on the lowest price technically acceptable, with all quotations due by December 26, 2025, at 9:00 AM Eastern Standard Time. Interested parties should direct their inquiries and submissions to Eric Goldstein at Eric.I.Goldstein@uscg.mil, ensuring compliance with all specified packaging and certification requirements.

    Point(s) of Contact
    Files
    Title
    Posted
    FAR Provision 52.212-3 outlines mandatory representations and certifications for offerors submitting proposals for federal contracts, particularly for commercial products and services. It dictates that offerors should complete paragraph (b) if their annual certifications are updated in the System for Award Management (SAM); otherwise, they must complete paragraphs (c) through (v). The provision defines key terms like "economically disadvantaged women-owned small business," "forced or indentured child labor," and "sensitive technology." It covers various certifications including business size (small, veteran-owned, SDVOSB, WOSB, HUBZone, small disadvantaged), compliance with Executive Order 11246 (Equal Opportunity), payments to influence federal transactions, Buy American Act, Trade Agreements Act, responsibility matters (debarment, convictions, delinquent taxes), child labor, place of manufacture, service contract labor standards, taxpayer identification, restricted business operations in Sudan, inverted domestic corporations, and prohibitions related to Iran. The provision also addresses ownership or control of the offeror, predecessor information, public disclosure of greenhouse gas emissions, anti-fraud confidentiality agreements, and covered telecommunications equipment or services. An alternate paragraph (c)(12) allows for the identification of specific disadvantaged business categories.
    Lifecycle
    Title
    Type
    CONTROL UNIT,ALARM
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    DIFFUSER, COMBINATION
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a combination diffuser, part number M-115-1, essential for the operation of the 295 WIX boiler on ships. The procurement requires 20 units of this diffuser assembly, which must be individually packaged according to military standards (MIL-STD-2073-1E) and marked in compliance with MIL-STD-129R, emphasizing the importance of adhering to specific packaging requirements to ensure acceptance. Interested vendors must have a valid DUNS number, be registered in the System for Award Management (SAM), and submit their quotes by January 5, 2026, at 10:00 AM EST, with all submissions evaluated based on the lowest price technically acceptable criteria. For further inquiries, potential offerors can contact Donna Scandaliato at 410-762-6259 or via email at DONNA.M.SCANDALIATO@USCG.MIL.
    Controller W, AIRPR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of eight (8) Controller W, AIRPR units, identified by part number 773040-2 and national stock number 1660-01-164-4292. This procurement is a combined synopsis/solicitation under solicitation number 70Z03826QJ0000020, which requires that all items have traceability to the Original Equipment Manufacturer (OEM), Hamilton Sundstrand Corporation, ensuring compliance with federal regulations. The anticipated award will be made on a sole-source basis, with a firm-fixed price purchase order expected to be issued around January 5, 2026. Interested vendors must submit their quotations by December 30, 2025, at 2:00 PM EST, and can direct inquiries to Julie Lininger at julie.g.lininger@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil.
    open, inspect and report OPERATOR INTERFACE, ELECTRONIC
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to open, inspect, report, and overhaul electronic operator interface components, specifically part number 76737-16, with a total quantity of nine units. The overhaul must comply with the ELC Number R-400-299-J specification and include a standard manufacturer's warranty of up to two years post-delivery, ensuring that all items are delivered in compliance with packaging and preservation standards to prevent deterioration. This procurement is critical for maintaining the functionality of fire and smoke alarm systems aboard Coast Guard vessels, with a total estimated cost for the overhaul capped at $8,495 per unit. Interested vendors must submit their quotes by August 7, 2024, and direct any inquiries to Eric Goldstein at Eric.I.Goldstein@uscg.mil.
    FM 200
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to replace the FM-200 fire suppression cylinder on a 45’ Response Boat–Medium (RB-M) located in Charleston, South Carolina. The project entails the removal of the existing cylinder, installation of a new FM-200 cylinder, system recharging, and functional testing to ensure compliance with U.S. Coast Guard, NFPA 2001, and manufacturer specifications. This procurement is critical for maintaining the operational readiness and safety of the vessel, ensuring adherence to strict safety regulations and environmental guidelines. Interested vendors must submit their quotes via email to SKC Bryan Duffey by 10:00 AM (Eastern) on December 26, 2025, referencing solicitation number 52000PR260001597, with all work to be performed under a Firm Fixed Price Purchase Order.
    INDICATOR, ANGLE
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of 12 units of "INDICATOR, ANGLE" (NSN 6320-01-561-7179, Part 60-334 or 060334-0000-000) under Request for Quote 70Z08526Q30016B00. This solicitation aims to establish a Firm Fixed Price Purchase Order, with specific requirements for military-standard packaging, labeling, and shipping to Baltimore, MD, and emphasizes that no substitutions are allowed without prior approval. Interested vendors must have an active registration in SAM.gov, and quotes are due by January 7, 2026, with delivery required by February 7, 2026. For further inquiries, vendors can contact Christopher Huertas-Rolon at 410-354-1926 or via email at Christopher.A.Huertas-Rolon@uscg.mil.
    Low Level Contr
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking quotations for the procurement of eight Low Level Control units, identified by National Stock Number 6680-01-337-0653 and part numbers 30052-000-01 and 70307-82802-103. These items are critical for maintaining the operational readiness of U.S. Coast Guard aircraft, requiring clear traceability to the Original Equipment Manufacturers, Simmonds Precision Products INC and Sikorsky Aircraft Corporation. Interested vendors must submit their offers by January 13, 2026, at 2:00 PM EST, with the anticipated award date around January 20, 2026. For further inquiries, potential offerors can contact Paige Kressley or Tiffany Cherry via email.
    Purchase of Automatic Flight Control System (AFCS) Control Panel
    Homeland Security, Department Of
    The Department of Homeland Security, through the United States Coast Guard (USCG), is seeking to procure Automatic Flight Control System (AFCS) Control Panels for the MH-60T aircraft from Sikorsky Aircraft Corporation. This procurement is critical as Sikorsky is the Original Equipment Manufacturer (OEM) and the only approved source for these components, which are essential for maintaining the operational capabilities of the USCG's aviation fleet. The contract will be a sole-source, firm-fixed-price indefinite delivery requirements type, with an estimated total value of $6,794,596 over one base year and two option years, funded by Operations and Support funds from FY2025-2028. Interested vendors must submit their quotes by February 1, 2026, at 2:00 PM EST, to Steven Levie at steven.a.levie@uscg.mil, ensuring compliance with all specified requirements and regulations.
    Terminal, Ventilation Duct
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of a Terminal, Ventilation Duct, which is critical for engine room and generator room supply and exhaust systems. The required item includes a fire damper with specific dimensions and packaging requirements, and it must be sourced from Murray Ventilation Products, LLC, as substitute parts are not acceptable. Interested vendors must ensure compliance with stringent packaging and marking standards, and submit their quotations by December 5, 2025, at 10:00 AM Eastern Standard Time, to be considered for this Firm Fixed Price Contract. For further inquiries, potential offerors can contact Donna Scandaliato at 410-762-6259 or via email at DONNA.M.SCANDALIATO@USCG.MIL.
    SWITCH,THERMOSTATIC
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of 15 thermostatic switches (Part ML1H-H202S-WS, NSN 5930-01-625-5095) through a combined synopsis/solicitation. These thermostatic switches are critical components rated for specific electrical loads and temperature ranges, designed for use in ship and boat propulsion systems. Interested vendors must submit their quotes by December 26, 2025, with a required delivery date of March 7, 2026, and must be registered in SAM.gov to participate. For further inquiries, vendors can contact Luke Maupin at luke.f.maupin@uscg.mil or Chad Ball at chad.a.ball@uscg.mil.
    PANEL, FIRE ALRM
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of fire alarm panels. The contract requires the manufacture and design of the fire alarm panel to meet specific technical requirements, including compliance with standards set by Honeywell Life Safety and the exclusion of mercury in the materials used. These panels are critical for ensuring safety and compliance in naval operations. Interested vendors should direct inquiries to Jon Zeigler at 564-230-3806 or via email at JON.ZEIGLER.CIV@US.NAVY.MIL, and must be prepared to submit their proposals within the specified timeframe, with pricing valid for 60 days post-quotation submission.