MOTHERBOARD CCA
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The United States Coast Guard Surface Forces Logistics Center is seeking quotations for 15 MOTHERBOARD CCA UM-ICSC-1338 units (NSN: 5998-01-481-9594, PN: UM-ICSM-7002). These motherboards are for the UC-ICSC-1338 IC Telephone System installed on 87 Coastal Patrol Boats. This opportunity is a Total Small Business Set-Aside, and quotations are due by April 10, 2026, at 10:00 AM Eastern Standard Time.
Scope of Work
The requirement is for 15 units of the MOTHERBOARD CCA, manufactured by HOSE-MCCANN COMMUNICATIONS (PN: UM-ICSM-7002). Bidders must adhere to stringent military packaging and marking standards:
- Electrostatic Protection: IAW Type III, Class I of MIL-PRF-81705E_AMENDMENT-1.
- Individual Packaging: IAW MIL-STD-2073-1E W/CHANGE 1, Method 10.
- Individual Marking: IAW MIL-STD-129P CHANGE 4, requiring linear (Code 39) and 2D (PDF417) barcoding. Standard commercial packaging is explicitly unacceptable. Delivery is F.O.B. Destination to the USCG Surface Forces Logistics Center, Baltimore, MD 21126.
Contract Details
- Opportunity Type: Combined Synopsis/Solicitation for a commercial item (FAR Subpart 12.6).
- NAICS Code: 334290, with a 750-employee size standard.
- Set-Aside: Total Small Business Set-Aside (FAR 19.5).
- Contract Type: Firm Fixed Price.
- Award Basis: All or none, based on the Lowest Price Technically Acceptable (LPTA) offer, utilizing simplified acquisition procedures (FAR 13.106).
- Eligibility: All responsible sources must possess valid DUNS numbers, be registered with SAM.gov, and provide their Tax Information Number with their offer.
Submission & Evaluation
Quotations must be submitted by April 10, 2026, at 10:00 AM EST. Required submissions include:
- A disclosure regarding inverted domestic corporations (HSAR 48 CFR 3009.104-70 to -73).
- A completed copy of FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (with Alternate I). The award will be made to the responsible offeror whose quotation is most advantageous to the Government, determined by the LPTA methodology.
Applicable Clauses & Documents
The solicitation incorporates various FAR, HSAR, and CGAP clauses by reference. Key clauses include:
- FAR 52.212-1: Instructions to Offerors.
- FAR 52.212-4: Contract Terms and Conditions.
- FAR 52.212-5: Contract Terms & Conditions Required to Implement Statutes or Executive Orders, which specifically includes 52.219-6 (Total Small Business Set-Aside), 52.225-1 (Buy American Act-Supplies), and various labor standards clauses.
- HSAR 3052.209-70: Prohibition on contracts with corporate expatriates.
- CGAP 3042.302-90: Valuation Requirements for Spare Parts. Bidders are advised to thoroughly review all incorporated clauses, particularly those pertaining to representations, certifications, and the strict military packaging and marking standards (MIL-STD-2073-1E, MIL-STD-129P).
Contact Information
For any inquiries, please contact DONNA SCANDALIATO at DONNA.M.SCANDALIATO@USCG.MIL or 410-762-6259.