SONETICS CORPORATION PARTS
Combined Synopsis Solicitation from US COAST GUARD • HOMELAND SECURITY, DEPARTMENT OF. Place of performance: MD. Response deadline: Feb 19, 2026. Industry: NAICS 336611 • PSC 5820.
Market snapshot
Awarded-market signal for NAICS 336611 (last 12 months), benchmarked to sector 33.
Related hubs & trends
Navigate the lattice: hubs for browsing, trends for pricing signals.
Point of Contact
Agency & Office
More in NAICS 336611
Description
- This is a combined synopsis/solicitation for commercial item contract, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued.
- Solicitation number 2126406B3000AE013 applies, and is issued as a Request for Quotation.
- This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02(FEB 2023).
- This procurement is 100% set aside for small business. The North American Industry Classification System (NAICS) code is 336611 and the business size standard is 1000 PPL. This is a Brand Name Sole Source Solicitation for OEM SONETICS CORPORATION and any vendor interested in bidding on this Solicitation must be able to provide OEM parts directly as no proprietary information, mfg drawings, specification and other technical data will be provided by the U.S. Coast Guard. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. .
- All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency Companies must be registered with System for Award Management (SAM) @ www.sam.gov and shall provide the company SAM ID & Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is _FEBRUARY 19 , 2026_, at _12_ p.m. Eastern Standard Time.
ITEM 0001 – NSN 5820 01-659-8259
BASE STATION,RADIO SET
MFG NAME: SONETICS CORPORATION - FIRECOM
PART_NBR: SON150
Quantity: 10 EA Delivery date: 03/06/2026
UNIT PRICE:_______________ TOTAL: _____________
ITEM 0002 – NSN 5830 01-707-6754
DIGITAL REMOTE HEAD
DIGITAL REMOTE HEAD FOR 4 RADIOS PART NUMBER SON204RH
MFG NAME: SONETICS CORPORATION - FIRECOM
PART_NBR: SON203RH
Quantity: 10 EA Delivery date: 03/06/2026
UNIT PRICE:_______________ TOTAL: _____________
ITEM 0003 – NSN 5830 01-707-6909
DIGITAL REMOTE HEAD
INTERCOMMUNICATION 4 RADIO, 10 HEADSET, 4 AUX
MFG NAME: SONETICS CORPORATION - FIRECOM
PART_NBR: SON203
Quantity: 10 EA Delivery date: 03/06/2026
UNIT PRICE:_______________ TOTAL: _____________
ITEM 0004 – NSN 5830 01-707-7420
CONTROL,INTERCOMMUNICATION SET
CONTROL INTERCOMMUNICATION HM-30 PUMP PANEL MODULE, 75 FT
MFG NAME: SONETICS CORPORATION - FIRECOM
PART_NBR: HM-30
Quantity: 50 EA Delivery date: 03/06/2026
UNIT PRICE:_______________ TOTAL: _____________
ITEM 0005 – NSN 5965 01-659-8248
HEADSET-MICROPHONE
HEADSET MICROPHONE WIRELESS DECT BEHIND HEAD
MFG NAME: SONETICS CORPORATION - FIRECOM
PART_NBR: APX377
Quantity: 10 EA Delivery date: 03/06/2026
UNIT PRICE:_______________ TOTAL: _____________
- Place of Delivery is: USCG YARD, 2401 Hawkins Point Road, Bldg 88, Baltimore, MD 21226.
**** Please quote prices FOB Destination. ****
- The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (MAR 2023). 1. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: a) company’s complete mailing and remittance addresses, b) discounts for prompt payment if applicable c) cage code, d) SAMs Unique Entity ID,
e) Taxpayer ID number.
-
-
- Offerors shall agree to the delivery condition by the government.
-
Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer.
- 52.212-2 Evaluation-Commercial Items (OCT 2014). – Delivery, pricing and relevant past performance are the evaluation factors. This is a commercial item acquisition. Award will be made to lowest cost technically acceptable. All evaluation factors will be considered as DELIVERY is as important as cost. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the lowest cost technically acceptable and meeting our PDD. The evaluation and award procedures in FAR 13.106 apply.
- FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (OCT 2018) with Alt 1 included are to be submitted with your offers.
- FAR 52.212-4 Contract Terms and Conditions-Commercial Items (DEC 2022) applies to this acquisition.
- FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (MAR 2023). The following clauses listed in 52.212-5 are incorporated:
- 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub.L. 109-282)(31 U.S.C. 6101 note).
- 52.204-13, System for Award Management Registration (OCT 2018)
- 52.219-6, Notice of Total Small Business Aside (Nov 2020) (15 U.S.C. 644).
- 52.219-28, Post Award Small Business Program Rerepresentation (MAR 2023) (15 U.S.C. 632 (a)(2).
- 52.222-3 Convict labor (June 2003) (E.O. 11755)
- 52.222.19 Child Labor-Cooperation with Authorities and Remedies (JAN 2018) (EO 11755)
- 52.222-26 Equal Opportunity (SEP 2016)(E.O. 11246)
- 52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).
- 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627)
- 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).
- 52.225-1, Buy American-Supplies (OCT 2022) (41 U.S.C. chapter 83)
- 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
- 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2018)(31.S.C. 3332).
- 52.222-41, Service Contract Act of 1965 (AUG 2018) (41 U.S.C. 351, et seq.).
- 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.).
- 52.233-3 Protest after award (Aug. 1996.)
- 52.233-4 Applicable Law for Breach of Contract Chain (Oct.2004).
- Defense Priorities and Allocations System (DPAS): N/A
- QUOTES ARE DUE BY 12:00 PM EST on 19 FEBRUARY 2026. Quotes may be emailed to Brandie.r.dunnigan@uscg.mil
- POC is Brandie Dunnigan, Procurement Agent, 571-607-2369.
Files
Files size/type shown when available.
BidPulsar Analysis
A practical, capture-style breakdown of fit, requirements, risks, and next steps.
FAQ
How do I use the Market Snapshot?
It summarizes awarded-contract behavior for the opportunity’s NAICS and sector, including a recent pricing band (P10–P90), momentum, and composition. Use it as context, not a guarantee.
Is the data live?
The signal updates as new awarded notices enter the system. Always validate the official award and solicitation details on SAM.gov.
What do P10 and P90 mean?
P10 is the 10th percentile award size and P90 is the 90th percentile. Together they describe the typical spread of award values.