Tender Results of U S Coast Guard Usa

U S COAST GUARD USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6 And Far Subpart 13.5 Procedures, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. the Director Of Operational Logistics (dol-94) Intends To Issue A Firm-fixed Price Purchase Order Utilizing Simplified Acquisition Procedures In Accordance With Far Part 13 And Policies In Accordance With Far Part 12, Acquisitions Of Commercial Items. The Intended Purchase Of Services Shall Be In Accordance With The Attached Statement Of Work. When Providing Your Price Quote Please Provide Complete Cost Break-downs For Each Element, (e.g. Room Rate, Parking). (a) The Solicitation Number Is 8425qdl9493313005 And Is Issued As A Request For Quotation (rfq). (b) The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2005-97. Service Contract Labor Standards Wage Determination Number 2015-5781, Revision 25, Dated 12/23/2024 Is Applicable. (c) This Acquisition Is Issued As Small Business Set-aside. (d) Description/statement Of Work/specification: see Attached For Statement Of Work (sow). (e) Far Provision 52.212-1, Instructions To Offerors-commercial (jun 2020), Is Incorporated By Reference And Applies To This Acquisition: (f) Evaluation: lowest Price Technically Acceptable. (g) Date, Time And Place Offers Are Due. offers Are Due By 6 March, 08:00 Am Pacific Time. *due To The Urgency Of Need And Time Required To Make Proper Travel Arrangements* (h) Any And All Questions Regarding This Solicitation Shall Be Submitted In Writing To The Contract Specialist At Yvett.r.garcia@uscg.mil No Later Than 4 March 2025, 0800 Am Pacific.
Contract Date28 Mar 2025
Contract AmountUSD 46.4 K 

U S COAST GUARD USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
3/5/2025 - Replaced Sf1449 As Some Were Having Difficulty Downloading Previous Copy. 3/3/2025 - Sf30 Amendment 1 Is Uploaded To Provide Responses To All Questions Received Pertaining To This Solicitation. all Questions Pertaining To This Soliciation Shall Be Submitted By 12:00pm (pst), March 3, 2025. Any Question Submitted Past This Date Will Not Be Considered In Order To Provide Enough Time For Vendors To Prepare Their Quotes. this Is A Combined Synopsis/solicitation For Commercial Item Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. The Request For Quotation Number Is 70z08425q0000028 And Incorporates Provisions And Clauses In Effect Through Federalacquisition Circular 2025-03. This Acquisition Is Being Solicited Unrestricted. The Naics Is 332439; Small Business Size Standard: 600 Employees. The Contract Type Will Be A Firm Fixed Price Purchase Order. The Government Proposes To Solicit Quotes For The Following Item(s): two (2) Climate-controlled Standard-size 20-foot Shipping Containers For The Storage And Shipment Of Life-support Equipment Along With The Organic Capability Of Our Own Chambers To Support Any Hyperbaric Injury Will Allow For Appropriate Emergent Treatment In Any Remote Location Around The Globe And The Ability To Bring Required Ancillary Diving Equipment Along With The Chamber. Item(s) Shall Meet Or Exceed The Specifications Outlined In The Attached Statement Of Work (sow). award: This Purchase Will Be Based On The Following Criteria: Lowest Price For Item That Meets Or Exceeds Specifications. note: “system Updates May Lag Policy Updates. The System For Award Management (sam) May Continue To Require Entities To Complete Representations Based On Provisions That Are Not Included In Agency Solicitations. Examples Include 52.222-25, Affirmative Action Compliance, And Paragraph (d) Of 52.212-3, Offeror Representations And Certifications—commercial Products And Commercial Services. Additional Examples Include 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services, And 52.213-4, Terms And Conditions—simplified Acquisitions (other Than Commercial Products And Commercial Services). contracting Officers Will Not Consider The Following Representations When Making Award Decisions Or Enforce Requirements: paragraph (d) Of 52.212-3, Offeror Representations And Certifications—commercial Products And Commercial Services; paragraphs (b)(33), (b)(34), (e)(1)(ix), And (e)(1)(x) Of 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services; paragraphs (e)(1)(ii)(i) And (e)(1)(ii)(j) Of Alternate Ii Of 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services; And paragraphs (a)(1)(vii) And (a)(1)(viii) Of 52.213-4, Terms And Conditions—simplified Acquisitions (other Than Commercial Products And Commercial Services). entities Are Not Required To, Nor Are They Able To, Update Their Entity Registration To Remove These Representations In Sam.” clauses: The Following Far Provisions Apply To This Acquisition: Far 52.212-1 Instruction To Offers Commercial Items, Far 52.212-3 Offeror Representatives And Certifications And Certifications Commercial Items, Far 52.212-4, Contract Terms And Conditions Commercial Items. Far 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items. The Following Clauses Cited In Far 52.212-5 Are Applicable To This Acquisition; Far 52.203 Restrictions On Subcontractor Sales To The Government, Far 52.203-13 Contractor Code Of Business Ethics And Conduct, Far 203-17 Contractor Employee Whistleblower Rights, Far 52.204-14 Service Contract Reporting Requirements, Far 52.209-9 Updates If Publicly Available Information Regarding Responsibility Matters, Far 52.219-8 Utilization Of Small Business Concerns, Far 52.219-14 Limitations On Subcontracting, Far 52.219-28 Post Award Small Business Program Representative, Far 52.219-33 Nonmanufacturer Rule, Far 52.222-3 Convict Labor, Far, , Far 52.222-35, Equal Opportunity For Veterans, Far 52.222-36 Equal Opportunity For Workers With Disabilities (29 U.s.c. 793), Far 52.222-37, Employment Reports On Veterans, Far 52.222-40 Notification Of Employee Rights Under The National Labor Relations Act, Far 52.222-50 Combating Trafficking In Persons, Far 52.222-54 Employment Eligibility Verification, Far 52.223-9 Estimate Of Percentage Of Recovered Material Content For Epa-designated Items, 52.223-11 Ozone-depleting Substances And High Global Warming Potential, Far 52.223-20 Aerosols, Far 52.223-21 Foams, Far 52.225-1, Buy American Act, Far 52.225-13 Restrictions On Certain Foreign Purchases, Far 52.232-29 Terms For Financing Of Purchases Of Commercial Products And Commercial Services, Far 52.232-33 Payment By Electronic Funds Transfer-system For Award Management, Far 52.242-5 Payments To Small Business Subcontractors. addendum To Far Clause 52.212-5: 52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities (deviation 20-05)(jul 2024) (a) Definitions. As Used In This Clause- kaspersky Lab Covered Article Means Any Hardware, Software, Or Service That– (1) Is Developed Or Provided By A Kaspersky Lab Covered Entity; (2) Includes Any Hardware, Software, Or Service Developed Or Provided In Whole Or In Part By A Kaspersky Lab Covered Entity; Or (3) Contains Components Using Any Hardware Or Software Developed In Whole Or In Part By A Kaspersky Lab Covered Entity. kaspersky Lab Covered Entity Means– (1) Kaspersky Lab; (2) Any Successor Entity To Kaspersky Lab, Including Any Change In Name, E.g., "kaspersky"; (3) Any Entity That Controls, Is Controlled By, Or Is Under Common Control With Kaspersky Lab; Or (4) Any Entity Of Which Kaspersky Lab Has A Majority Ownership. (b) Prohibition. Section 1634 Of Division A Of The National Defense Authorization Act For Fiscal Year 2018 (pub. L. 115-91) Prohibits Government Use Of Any Kaspersky Lab Covered Article. The Contractor Is Prohibited From— (1) Providing Any Kaspersky Lab Covered Article That The Government Will Use On Or After october 1, 2018; And (2) Using Any Kaspersky Lab Covered Article On Or After October 1, 2018, In The Development Of Data Or Deliverables First Produced In The Performance Of The Contract. (c) Reporting Requirement. (1) In The Event The Contractor Identifies Covered Article Provided To The Government During Contract Performance, Or The Contractor Is Notified Of Such By A Subcontractor At Any Tier Or By Any Other Source, The Contractor Shall Report, In Writing, Via Email, To The Contracting Officer, Contracting Officer's Representative, And The Enterprise Security Operations Center (soc) At Ndaa Incidents@hq.dhs.gov, With Required Information In The Body Of Theemail. In The Case Of The Department Of Defense, The Contractor Shall Report To The Website At Https://dibnet.dod.mil. For Indefinite Delivery Contracts, The Contractor Shall Report To The Enterprise Soc, Contracting Officer For The Indefinite Delivery Contract And The Contracting Officer(s) And Contracting Officer's Representative(s) For Any Affected Order Or, In The Case Of The Department Of Defense, Identify Both The Indefinite Delivery Contract And Any Affected Orders In The Report Provided At Https://dibnet.dod.mil. (2) The Contractor Shall Report The Following Information Pursuant To Paragraph (c)(1) Of This Clause: (i) Within 3 Business Days From The Date Of Such Identification Or Notification: The Contract Number; The Order Number(s), If Applicable; Supplier Name; Brand; Model Number (original Equipment Manufacturer (oem)number, Manufacturer Part Number, Or Wholesaler Number); Item Description; And Any Readily Available Information About Mitigation Actions Undertaken Or Recommended. (ii) Within 10 Business Days Of Submitting The Report Pursuant To Paragraph (c)(1) Of This Clause: Any Further Available Information About Mitigation Actions Undertaken Or Recommended. In Addition, The Contractor Shall Describe The Efforts It Undertook To Prevent Use Or Submission Of A Kaspersky Lab Covered Article, Any Reasons That Led To The Useor Submission Of The Kaspersky Lab Covered Article, And Any Additional Efforts That Will Be Incorporated To Prevent Future Use Or Submission Of Kaspersky Lab Covered Articles. (d) Subcontracts. The Contractor Shall Insert The Substance Of This Clause, Including This Paragraph (d), In All Subcontracts, Including Subcontracts For The Acquisition Of Commercial Items. (end Of Clause) 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment (deviation 20-05) (dec 2020) (a) Definitions. As Used In This Clause "backhaul" Means Intermediate Links Between The Core Network, Or Backbone Network, And The Small Subnetworks At The Edge Of The Network (e.g., Connecting Cell Phones/towers To The Core Telephone Network). Backhaul Can Be Wireless (e.g., Microwave) Or Wired (e.g., Fiber Optic, Coaxial Cable, Ethernet). "covered Foreign Country" Means The People's Republic Of China. "covered Telecommunications Equipment Or Services" Means- (1) Telecommunications Equipment Produced By Huawei Technologies Company Or Zte Corporation (or Any Subsidiary Or Affiliate Of Such Entities); (2) For The Purpose Of Public Safety, Security Of Government Facilities, Physical Security Surveillance Of Critical Infrastructure, And Other National Security Purposes, Video Surveillance And Telecommunications Equipment Produced By Hytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, Or Dahuatechnology Company (or Any Subsidiary Or Affiliate Of Such Entities); (3) Telecommunications Or Video Surveillance Services Provided By Such Entities Or Using Such Equipment; Or (4) Telecommunications Or Video Surveillance Equipment Or Services Produced Or Provided By An Entity That The Secretary Of Defense, In Consultation With The Director Of National Intelligence Or The Director Of The Federal Bureau Of Investigation, Reasonably Believes To Be An Entity Owned Or Controlled By, Or Otherwise Connected To, The Government Of A Covered Foreign Country. "critical Technology" Means- (l) Defense Articles Or Defense Services Included On The United States Munitions List Set Forth In The International traffic In Arms Regulations Under Subchapter M Of Chapter I Of Title 22, Code Of Federal Regulations; (2) Items Included On The Commerce Control List Set Forth In Supplement No. 1 To Part 774 Of The Export Administration Regulations Under Subchapter C Of Chapter Vii Of Title 15, Code Of Federal Regulations, And Controlled- (i) Pursuant To Multilateral Regimes, Including For Reasons Relating To National Security, Chemical And Biological Weapons Proliferation, Nuclear Nonproliferation, Or Missile Technology; Or (ii) For Reasons Relating To Regional Stability Or Surreptitious Listening; (3) Specially Designed And Prepared Nuclear Equipment, Parts And Components, Materials, Software, And Technology Covered By Part 810 Of Title 10, Code Of Federal Regulations (relating To Assistance To Foreign Atomic Energy Activities); (4) Nuclear Facilities, Equipment, And Material Covered By Part 110 Of Title 10, Code Of Federal Regulations (relating To Export And Import Of Nuclear Equipment And Material); (5) Select Agents And Toxins Covered By Part 331 Of Title 7, Code Of Federal Regulations, Part 121 Of Title 9 Of Such Code, Or Part 73 Of Title 42 Of Such Code; Or (6) Emerging And Foundational Technologies Controlled Pursuant To Section 1758 Of The Export Control Reform Act Of2018 (50 U.s.c. 4817). "interconnection Arrangements" Means Arrangements Governing The Physical Connection Of Two Or More Networks To Allow The Use Of Another's Network To Hand Off Traffic Where It Is Ultimately Delivered (e.g., Connection Of A Customer Of Telephone Provider A To A Customer Of Telephone Company B) Or Sharing Data And Other Information Resources. "reasonable Inquiry" Means An Inquiry Designed To Uncover Any Information In The Entity's Possessionabout The Identity Of The Producer Or Provider Of Covered Telecommunications Equipment Or Services Used By The Entity That Excludes The Need To Include An Internal Or Third-party Audit. "roaming" Means Cellular Communications Services (e.g., Voice, Video, Data) Received From A Visited Network When Unable To Connect To The Facilities Of The Home Network Either Because Signal Coverage Is Too Weak Or Because Traffic Is Too High. "substantial Or Essential Component" Means Any Component Necessary For The Proper Function Or Performance Of A Piece Of Equipment, System, Or Service. (b) Prohibition. (1) Section 889(a)(l)(a) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. The Contractor Is Prohibited From Providing To The Government Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System, Unless An (c) Of This Clause Applies Or The Covered Telecommunication Equipment Or Services Are Covered By A Waiver Described In Far 4.2104. (2) Section 889(a)(l)(b) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2020, From Entering Into A Contract, Or Extending Or Renewing A Contract, With An Entity That Uses Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Criticaltechnology As Part Of Any System, Unless An Exception At Paragraph (c) Of This Clause Applies Or The Covered Telecommunication Equipment Or Services Are Covered By A Waiver Described In Far 4.2104. This Prohibition Applies To The Use Of Covered Telecommunications Equipment Or Services, Regardless Of Whether That Use Is In Performance Of Work Under A Federal Contract. (c) Exceptions. This Clause Does Not Prohibit Contractors From Providing- (1) A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Orinterconnection Arrangements; Or (2) Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Permitvisibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles. (d) Reporting Requirement. (1) In The Event The Contractor Identifies Covered Telecommunications Equipment Or Services Used As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System, During Contract Performance, Or The Contractor Is Notified Of Such By A Subcontractor At Any Tier Or By Any Other Source, The Contractor Shall Report The Information In Paragraph (d)(2) Of This Clause In Writing Via Email To The Contracting Officer, Contracting Officer's Representative, And The Network Operations Security Center (nosc) At Ndaa Incidents@hq.dhs.gov, With Required Information In The Body Of The Email. In The Case Of The Department Of Defense, The Contractor Shall Report To The Website At Ttps://dibnet.dod.mil. For Indefinite Delivery Contracts, The Contractor Shall Report To The Nosc, Contracting Officer For The Indefinite Delivery Contract And The Contracting Officer(s) And Contracting Officer's Representative(s) For Any Affected Order Or, In The Case Of The Department Of Defense, Identify Both The Indefinite Delivery Contract And Any Affected Orders In The Report Provided At Https://dibnet.clod.mil. (2) The Contractor Shall Report The Following Information Pursuant To Paragraph (d)(l) Of This Clause (i) Within One Business Day From The Date Of Such Identification Or Notification: The Contract Number; The Order Number(s), If Applicable; Supplier Name; Supplier Unique Entity Identifier (if Known); Supplier Commercial And Government Entity (cage) Code (if Known); Brand; Model Number (original Equipment Manufacturer Number, Manufacturer Part Number, Or Wholesaler Number); Item Description; And Any Readily Available Information Aboutmitigation Actions Undertaken Or Recommended. (ii) Within 10 Business Days Of Submitting The Information In Paragraph (d)(2)(i) Of This Clause: Any Further Available Information About Mitigation Actions Undertaken Or Recommended. In Addition, The Contractor Shall Describe The Efforts It Undertook To Prevent Use Or Submission Of Covered Telecommunications Equipment Or Services, And Anyadditional Efforts That Will Be Incorporated To Prevent Future Use Or Submission Of Covered Telecommunications Equipment Or Services. (e) Subcontracts. The Contractor Shall Insert The Substance Of This Clause, Including This Paragraph (e) And Excluding Paragraph (b)(2), In All Subcontracts And Other Contractual Instruments, Including Subcontracts For The Acquisition Of Commercial Items. (end Of Clause) offers Are Due On March 10, 2025, By 5:00pm (pst). Offers Must Provide As A Minimum: (1) Solicitation Number; (2) Specifications, Pictures And/or Drawings For Item Being Offered So That A Determination Can Be Made If Item Being Offered Meets The Requirement (3) Point Of Contact Name, Telephone Number And Address, 4) Company Uei Number
Contract Date27 Mar 2025
Contract AmountUSD 22.8 K 

U S COAST GUARD USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Peak Shaving Generator Maintenance And Repair
Contract Date27 Mar 2025
Contract AmountUSD 23.7 K 

U S COAST GUARD USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Base Elizabeth City Bldg 91 Blowdown
Contract Date26 Mar 2025
Contract AmountUSD 24 K 

U S COAST GUARD USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Uscg Elizabeth City Barracks Linen Cleaning
Contract Date26 Mar 2025
Contract AmountUSD 223.1 K 

U S COAST GUARD USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
A00001 - The Published Notice Id 70z03823 Is An Error and Has Been Amended To 70z03824qj0000009. The Response Date For This Notice Of Intent Has Been Extended Until December 18, 2023 At 2:00 Pm Est.  notice Of Intent To Award A Sole Source Boa Call: The United States Coast Guard (uscg), Aviation Logistics Center (alc), Medium Range Recovery (mrr) Procurement Division Intends To Solicit And Negotiate With Only One Source, The Original Equipment Manufacturer (oem) – Sikorsky Aircraft Corporation (cage Code 78286), Under Basic Ordering Agreement Spe4a1-22-g-0005 For The Items Listed In Attachment 1 – List Of Items – 70z03824qj0000009. The Statutory Authority For This Acquisition Is 41 U.s.c 1901(c), As Implemented In Far 13.106-1 (b) (1) In Attachment 1 – List Of Items – 70z03824qj0000009. In Accordance With Far 13.106-1(b) (1), The Items Listed Below Are Available From Only One Source. The North American Industry Classification System Code (naics) Is 336413 With A Size Standard Of 1,250 Employees. The Product Service Code (psc) Is 5998. The Small Business Set Aside Has Been Dissolved. This Requirement Is Unrestricted. Delivery Is Requested Within One Hundred And Twenty (120) Days After The Receipt Of Order (aro). The Uscg Desires Early Deliveries Therefore Early Shipments Are Encouraged At No Additional Cost To The Government.  F.o.b. Point Is Origin.  Inspection And Acceptance Under This Contract Will Be Performed At Origin By Defense Contract Management Agency (dcma). Solicitation Number 70z03824qj0000009 Is Assigned For Tracking Purposes Only.  No Solicitation Package Will Be Issued. This Notice Of Intent Is Not A Request For Competitive Proposals; However, All Responsible Sources May Submit A Quotation To Michelle.r.monds@uscg.mil And Mrr-procurement@uscg.mil With 70z03824qj0000009 In The Subject Line Which Will Be Considered By The Agency If Received No Later Than 2:00 P.m., (est) On 18 December 2023. A Determination By The Government Not To Compete The Proposed Procurement Based Upon The Responses To This Notice Is Solely Within The Discretion Of The Government. Award Will Be Made Upon Determination Of Fair And Reasonable Pricing. see Attachment 1 – “list Of Items - 70z03824qj0000009” see Attachment 2 – “redacted J And A – 70z03824qj0000009”
Contract Date20 Mar 2025
Contract AmountUSD 445.4 K 

U S COAST GUARD USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Ready Crew Berthing Linen Service
Contract Date19 Mar 2025
Contract AmountUSD 81.2 K 

U S COAST GUARD USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
Base Honolulu Manhole Sewer Repair
Contract Date18 Mar 2025
Contract AmountUSD 28.9 K 

U S COAST GUARD USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6 And Far Subpart 13.5 Procedures, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. the Director Of Operational Logistics (dol-94) Intends To Issue A Firm-fixed Price Purchase Order Utilizing Simplified Acquisition Procedures In Accordance With Far Part 13 And Policies In Accordance With Far Part 12, Acquisitions Of Commercial Items. The Intended Purchase Of Services Shall Be In Accordance With The Attached Statement Of Work. When Providing Your Price Quote Please Provide Complete Cost Break-downs For Each Element, (e.g. Container, Pins, Etc). (a) The Solicitation Number Is 34268pr250000001 And Is Issued As A Request For Quotation (rfq). (b) This Acquisition Is Issued As Unrestriced. (c) Description/statement Of Objectives/specification: see Attached For Statement Of Requirements (sor). (d) Far Provision 52.212-1, Instructions To Offerors-commercial (jun 2020), Is Incorporated By Reference And Applies To This Acquisition: (e) Evaluation: lowest Price Technically Acceptable. (f) Shipping Containers Need To Be Delivered By 03/14/2025. offers Are Due By 7 March, 08:00 Am Pacific Time. *due To The Urgency Of Need And Time Required To Make Proper Travel Arrangements* (h) Any And All Questions Regarding This Solicitation Shall Be Submitted In Writing To The Contract Specialist At Elizabeth.h.tam-hurley@uscg.mil No Later Than 6 March 2025, 0800 Am Pacific.
Contract Date12 Mar 2025
Contract AmountUSD 24.3 K 

U S COAST GUARD USA Tender Result

Result Stage: Awarded  (AOC Available)
United States
A00001 - Extends Closing Date Until 2/18/2025 At 2pm Est. this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With (iaw) The Format In Federal Acquisition Regulation (far) Subpart 12.6 And Part 13 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 70z03825qe0000025 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular Number 2025-03, Effective 17 January 2025. iaw Far 6.302-1(a)(1), The United States Coast Guard (uscg) Aviation Logistics Center (alc) Plans To Award A Purchase Order And Negotiate Only With Cannon Load Banks, Inc. (cage Code 0ghg1) As The Only Known Source Of Supply. In Compliance With Far 5.102(a)(6), A Redacted Copy Of The Justification And Approval For Other Than Full And Open Competition Is Attached To This Solicitation. the Applicable North American Industry Classification System (naics) Code Is 334419. The Small Business Size Standard Is 750 Employees. This Is An Unrestricted Requirement. All Responsible Sources May Submit A Capability Statement, Proposal, Or Quotation Which Shall Be Considered By The Agency. it Is Anticipated That A Firm-fixed Price Purchase Order Will Be Awarded On A Sole Source Basis As A Result Of This Solicitation For The Following Item: schedule Of Supplies line Item 1 nomenclature: Load Bank, Elect national Stock Number: 6150-01-494-6299 part Number: L-120 quantity: Two (2) Each optional Quantity: Up To An Additional Two (2) Each required Delivery Date: Forty-five (45) Days After Receipt Of Order (aro) * At The Time Of Award, The Uscg Will Place An Order For The Purchase Of Two (2) Each Of Line Item 1. In Accordance With (iaw) Federal Acquisition Regulation (far) Clause 52.217-6, The Uscg May Require Additional Quantities Up To Two (2) Each Of Line Item 1 At The Same Price Specified In The Original Purchase Order. The Contracting Officer May Exercise This Option By Written Notice To The Contractor Through One Year After Date Of Award (or Other Mutually Agreed-upon Date). Delivery Terms For Additional Orders Shall Be The Same As Called For In The Original Purchase Order Unless The Parties Otherwise Agree. the Contractor Shall Furnish A Certificate Of Conformance (coc) Iaw Far Clause 52.246-15. The Coc Must Be Submitted In The Format Specified In The Clause. note: No Drawings, Specifications, Or Schematics Are Available From The Uscg. please Carefully Review This Solicitation’s Attachments For Additional Information And Requirements Such As Applicable Clauses And Instructions To Offerors: attachment 1 – Terms And Conditions – 70z03825qe0000025 attachment 2 – Redacted J & A – 70z03825qe0000025 the Closing Date And Time For Receipt Of Offers Is 18 February 2025 At 2:00 P.m. Eastern Time. Anticipated Award Date Is On Or About 20 February 2025. Email Quotations Are Preferred And May Be Sent To Samuel.j.ownley2@uscg.mil. Secondary Poc For This Solicitation Is Jackson.s.perry@uscg.mil. Please Indicate 70z03825qe0000025 In The Subject Line.
Contract Date26 Feb 2025
Contract AmountUSD 48.8 K 
11-20 of 271 active Tender Results