Tenders of U S Coast Guard Usa

Tenders of U S Coast Guard Usa

U S COAST GUARD USA Tender

Others...+2Civil And Construction, Civil Works Others
United States
Base Borinquen Grounds Maintenance
Closing Date8 Apr 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Aerospace and Defence
United States
Request For Quote rfq # 52801pr250000002 contracting Office: Uscg, Cg 914-2, Kearneysville, Wv responses Due: On Or Before, Tuesday, 8 April 2025 At 10:00am Et no Set-aside Restriction this Is A Combined Synopsis Solicitation For A Commercial Service Prepared Iaw The Format In Far Subpart 12.6, Acquisition Of Commercial Service, And Far Part 13, Simplified Acquisition Procedures, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals And A Written Solicitation Will Not Be Issued. the Solicitation Number Is 52801pr250000002 And Is Issued As A Request For Quote (rfq), Unless Otherwise Indicated Herein. This Rfq Is For One-time Material Requirement Of Thirteen (13) Each, Radar Interface Boards (21x7), Manufacturer Part Number 2274, Manufacturer: Ssr Engineering, Inc. submit Written Offers Only, Oral Offers Will Not Be Accepted. This Combined Synopsis/solicitation Requires Registration With The System For Award Management (sam) At The Time A Quote Is Submitted, Excluding Outlined In Far 4.1102(a). Registration Information Can Be Found At Http://www.sam.gov. Unique Entity Identifier (uei) Number, Federal Tax Identification Number, And Cage Code Must Be Included. the Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2023-04. The Complete Text Of Any Of The Provisions And Clauses May Be Accessed In Full At Http://www.acquisition.gov/browse/index/far. the Procurement Is A Firm Fixed Price And The Is Associated North American Industrial Classification System (naics) Code Is 334511 - Search, Detection, Navigation, Guidance, Aeronautical, And Nautical System And Instrument Manufacturing. The Size Standard For This Naics Is 1350 Emp. Product Service Code Is: 5840 Radar Equipment, Except Airborne. the Description Of The Requirement Is Required On Behalf Of United States Coast Guard (uscg). The Objective Is To Acquire A One-time Material Purchase Of Thirteen (13) Each, Radar Interface Boards (21x7), Manufacturer Part Number 2274. line Item 0001: Qty – 13, Unit – Ea, Description – Radar Interface Card (21x7); Manufacturer Part Number: 227; Manufacturer: Ssr Engineering, Inc. deliverables And Delivery Schedule: One Time Delivery Of Thirteen (13) Each Rib Circuit Cards Within 60 Days After Receipt Of Order (aro). Circuit Cards To Be Packages And Shipped By The Vendor. Vendor Must Use Commercial Means To Ship And Deliver To The Uscg, C5isc-erf, 2401 Hawkins Point Road, Bld. 88-1, Baltimore, Maryland 21226. there Is No Set-aside Restriction. solicitation Response Deadline: on Or Before, Tuesday, 8 April 2025 At 10:00am Et – Response To This Solicitation Are Due On Or Before The Aforementioned Date And Time, In Writing, To The Contract Specialist, Brianna Riffle, Brianna.riffle@uscg.mil, And The Contracting Officer, Mark Rushing, Mark.a.rushing@uscg.mil. this Solicitation Is Inclusive Of The Following Attachments: attachment 1 – Requirements Document attachment 2 – Brand Name Justification attachment 3 – Open Market Solicitation Provisions & Clauses attachment 4 – Electronic Submission Of Payment Requests uscg Points Of Contact: contracting Officer: Mark Rushing, Mark.a.rushing@uscg.mil contract Specialist: Brianna Riffle, Brianna.riffle@uscg.mil instruction Section: the Uscg Reserves The Right Not To Answer All Submitted Questions. Written Responses To The Questions Submitted For This Solicitation Will Be Provided To All Contractors, With Due Regard To The Proper Protection Of Proprietary Information. the Uscg Will Not Provide Information In Response To Telephone Calls. Contacting Other Uscg Personnel Regarding This Solicitation In An Attempt To Gain Procurement-sensitive Information May Result In Disqualification From The Evaluation Process. unique Entity Identifier (uei) Number, Federal Tax Identification Number, And Cage Code Must Be Included In The Vendors Quote. All Quotes Submitted Shall Include Cost Breakdown, Unit Price, Extended Price, Payment Terms And Discount Offered For Prompt Payment. nonconformance With The Instructions Provided May Result In Disqualification Or Unfavorable Evaluation. evaluation: the Resulting Purchase Order From This Solicitation Will Be Issued As A Firm Fixed Price Purchase Order. The Purchase Order Will Be Made To The Lowest-price Technically Acceptable Quote. the Uscg Intends To Award The Task Order Based On The Initial Quote Without Engaging In Exchanges. However, The Uscg Reserves The Right To Conduct Exchanges With One Or More Of The Vendors If Determined By The Contracting Officer To Be Necessary And In The Best Interests Of The Uscg. The Uscg May Reject Any Or All Quotes If Such Action Is In The Public Interest And Waive Informalities And Minor Irregularities In Quotes Received. Vendors Are Strongly Encouraged To Submit Their Best Quote In Response To This Solicitation. the Government Will First Review The Quotes For Completeness/compliance (everything Required To Be Submitted Has Been Submitted). If A Quote Is Found To Be Incomplete/non-compliant, It May Be Removed From The Evaluation Process, And It Will Not Be Further Evaluated. Then The Government Will List The Remaining Quotes By Price, Lowest To Highest, And Will Begin The Technical Quote Evaluation With The Lowest Priced Offeror. Upon Finding The Offeror Who Meets The Brand Name Requirements (i.e. Technical Acceptability), The Offeror’s Price Will Be Evaluated For Reasonableness. If The First Quote Evaluated Is Technically Acceptable With A Price That Is Reasonable, Evaluation Will Stop. If The First Quote Evaluated Is Either Not Technically Acceptable Or Has A Price That Is Not Reasonable Evaluation Will Continue. Once The Lowest Reasonably Priced, Technically Acceptable Quote Is Found Evaluations Will Stop.
Closing Date8 Apr 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Civil And Construction...+1Others
United States
Drydock: Uscgc Razorbill Dd Fy2026
Closing Date11 Apr 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Electrical Goods and Equipments...+3Machinery and Tools, Automobiles and Auto Parts, Electrical and Electronics
United States
This Is To Be Awarded Based Off Lowest Price Technically Acceptable And Past Preformance. james Fq3 Fy25 Boom Lift Sow the Following Is A Description Of The Statement Of Work (sow) Required For The Boom Lift Rental In Support Of James Preservation And Maintenance Efforts In Charleston, Sc. requirements: - 125’ Articulating Boom Lift - Delivery To And Pick Up From: 1050 Register St north Charleston, Sc 29405 Us poc: Ltjg Christian Burzycki (339) 832-5727 - The Vendor Must Refill The Lift’s Fuel Tank Upon Completion Of The Rental rental Dates: 04/21/25 – 08/19/25
Closing Date7 Apr 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Aerospace and Defence
United States
This Is A Combined Synopsis/solicitation For Commercial Items, 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 Only Solicitation; Quotes Are Being Requested And A Separate Written Solicitation Will Not Be Issued. solicitation Number21225y75m98001 Applies And Is Used As A Request For Quote (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2024-05, Dated 22 May 2024. It Is Anticipated That A Competitive Price Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. All Responsible Sources May Submit A Quotation, Which If Timely Received, Shall Be Considered By This Agency. the U.s. Coast Guard, Surface Forces Logistics Center (sflc) Intends To Award A Firm Fixed Price Purchase Order. No Down Payments Or Advanced Payments Will Be Made To The Awarded Vendor. Vendor Shall Ensure They Can Secure Funding For This Order Until Delivered And Received By The Us Coast Guard. Payment Will Be Made By Government Purchase Order (net 30) And The Vendor Shall Assume Financial Responsibility Until The Order Is Accepted And Received By Us Coast Guard. Payment Of The Work Is Authorized To Be Submitted As Work Is Completed But Must Be Approved By The Contracting Officer First. basis For Award:thissolicitation Is Based On Far 13 – Simplified Acquisition Procedures And Quotes Will Be Reviewed And Awarded On A Best Value Basis Per The Solicitation. Past Performance Will Only Be Reviewed For “responsibility” Basis Per Far 9.1.the Evaluation Criteria For The Quote’s Will Be Who Meets All The Technical Requirements, Who Meets Our Deadlines And Price. all Quotes Must Include The Drawings Approved By A Professional Engineer If Required And That Are Stated In The Statement Of Work In Order To Be Considered. Drawings Will Then Be Reviewed By U. S. Coast Guard Yard Structural And Safety Departments To Ensure It Meets Our Needs. all Quotes Shall Be Emailed To Erica Perry Via Erica.l.perry@uscg.mil And Shall Be Received No Later Than April 14th 2025 At 1200 Pm (eastern). All Emailed Quotes Shall Have 21225y75m98001 In The Subject Of The Email. vendor Information: entity Name entity Unique Entity Id entity Address entity Poc entity Phone Number poc Email Address vendor Shall Provide: line 1: Exhaust Insulation description: Contractor To Perform The Removal, Manufacturing And Installation Of 2(ea.) Complete System; Mde "main Diesel Engine" Exhaust Insulation (pad's), And 3(ea.) Complete System; ssdg "ship Service Diesel Generator" Exhaust Insulation (pad's). ** Ship Check Is Required Prior To Start Of Project, And Must Be Coordinated Through The Ship Superintendant. part Nbr: Mde& Ssdg Insulation unit Of Issue: 1 Cs line Total: estimated Performance Date: April 30th 2025 – May 28th 2025 *access To Some Drawings May Be Export-controlled And Require Any Recipient To Be Registered In The Joint Certification Program (jcp) Through Dla To Receive The Drawing. * place Of Performance: U.s. Coast Guard Yard Attn: 175’ James Rankin 2401 Hawkins Point Road Baltimore, Md 21226 invoicing In Ipp it Is A Requirement That All Invoicing For Purchase Orders Will Now Be Entered And Processed Through Https://www.ipp.gov. all Invoices Must Contain The Following Information: Cg Purchase Order Number, Vendor’s Invoice Number, Cage Number, Po Item Number, Description Of Supplies Or Services, Unit Prices And Extended Totals (invoices For Purchase Orders Awarded By Surface Force Logistics Center, Baltimore Are To Be Sumitted As Non Po In Ipp). Shipping Costs Will Be Indicated As A Separate Line Item On The Invoice (if Applicable). Shipping Cost $100 Or More Must Be Accompanied By A Separate Freight Invoice When Submitting An Invoice(s) For Payment (if Applicable). to Submit An Invoice, Vendor Must Have Access To Www.ipp.gov. To Gain Access Please Indicate If You Don’t Have An Account So The Issuing Office Can Establish One For You. far Clauses this Order Is Subject To But Is Not Limited To The Following Federal Acquisition Regulations: 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment. 52.204-26 Covered Telecommunications Equipment Or Services-representation. 52.212-1 Instructions To Offerors—commercial Products And Commercial Services. 52.212-3 Offeror Representations And Certifications—commercial Products And Commercial Services. 52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities. 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services. as Prescribed In17.208(f), Insert A Clause Substantially The Same As The Following: optionto Extend Services(nov 1999) the Governmentmayrequire Continued Performance Of Any Services Within The Limits And At The Rates Specified In The Contract. These Ratesmaybe Adjusted Only As A Result Of Revisions To Prevailing Labor Rates Provided By The Secretary Of Labor. Theoptionprovisionmaybe Exercised More Than Once, But The Total Extension Of Performance Hereundershallnot Exceed 6 Months. Thecontracting Officermayexercise Theoptionby Written Notice To The Contractor Before November 28th 2025. (end Of Clause)
Closing Date14 Apr 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Paints and Enamels...+1Aerospace and Defence
United States
Aircraft Paint, Primers, And Coatings
Closing Date30 Apr 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Others
United States
Katami Bay Pollution Control Plc
Closing Soon2 Apr 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Electrical Goods and Equipments...+2Machinery and Tools, Electrical and Electronics
United States
This Is A Combined Synopsis/solicitation Nr 52000qr250012011 for A Commercial Items Prepared In Accordance With The Format Outlined In Far Subpart 12.6, And 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. The Naics Code For This Solicitation Is 336611. The Small Business Size Standard Is 1250. This Is A Total Small Business Set Aside; All Responsible Small Business Sources May Submit Proposals That Will Be Considered. This Synopsis/ Solicitation Is Issued Pursuant To Far 13.106-1(b), And The Resultant Purchase Order Will Be Awarded On A Firm-fixed Price Basis Using Simplified Acquisition Procedures In Accordance With Far 13. the United States Coast Guard Surface Force Logistics Center Request The Contractors To Provide Pricing For The Following: a. Requirement: 1. The Contractor Shall Provide The Following: fan Assembly as Per The Attached Sow. 2. Delivery Location: cgc Oliver Berry 400 Sand Island Pkwy honolulu, Hi 96819-4326 4. Delivery Date: 06/02/25 b. As Stated Below, The Provision At Far 52.212-2, Evaluation-commercial Items- Applies With The Following Addenda: award Of A Contract Will Be Based On The Following Criteria: The Purchase Order Will Be Awarded As A Firm Fixed Price Contract Using Simplified Acquisition Procedures In Accordance With Far Part 13.5. 1. Please Provide Any Warranty Information. 2. Vendors Must Be Registered In Www.sam.gov the Government Will Award A Purchase Order Resulting From This Synopsis/solicitation To The Responsible Contractor Whose Quote Conforming To The Solicitation Will Be More Advantageous To The Government, Price And Other Factors Considered. interested Offerors Having The Expertise As Required Are Invited To Submit A Firm Fixed Price Proposal That Will Be Considered By The Agency. Proposals Must Be Submitted On Company Letterhead Stationery And Must Include The Following Information ( 1) Cost Breakdown, (2) Labor Cost, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount Offered For Prompt Payment, (7) Company Duns And Cage Code. quotes Must Be Received No Later Than 31 March 2024 At 12:00 P.m Eastern Standard Time. Email Quotes Are Acceptable And Should Be Sent To Mr. Cornelius Claiborne At Email Address – Cornelius.n.claiborne@uscg.mil. offerors Shall Include A Completed Copy Of The Provision At Far 52.212-3, Offeror Representations And Certifications-commercial Items, With Their Offer Or Have Provision Far 52.212-3 Submitted Into Www.sam.gov. Any Questions Or Concerns Regarding Any Aspect Of This Rfq Must Be Forwarded To Contracting Officer, Skc Patricia M. Fremming Via Email Patricia.m.fremming@uscg.mil And Telephone (757)-628-4136; And Mr. Cornelius Claiborne Via Email: Cornelius.n.claiborne@uscg.mil. provisions / Clauses: the Following Far Clauses And Provisions Apply To This Acquisition And Are Incorporated By Reference: far 52.212-1 - Instructions To Offerors - Commercial Items (oct 2018) far 52.212-2 - Evaluation - Commercial Items (oct 2014) Award Will Be Made To The Offeror Proposing The Best Value To The Government Considering Specification, Price, Past Performance And Quality. far 52.212-3 - Offeror Representations And Certifications - Commercial Items (oct 2018) To Include Alt I (oct 2014). Offeror Is To Complete The Annual Representations And Certification Electronically Via The System For Award Management (sam) Web Site Accessed Through Http://www.sam.gov . far 52.212-4 - Contract Terms And Conditions -commercial Items (oct 2018) With The Following Addenda's. far 52.212-5 - Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items (jan 2019) far 52.252-2 - Clauses Incorporated By Reference (feb 1998), The Full Text Of The Clause May Be Accessed Electronically At Internet Address Http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (duns) Number Is The Primary Identifier In Far 52.204-7 - System For Award Management (oct 2018). contractors Are Located And Identified In Sam By Their Duns Number. To Facilitate Payment Via Electronic Funds Transfer - Sam, Contractors Should Be Registered In Sam. A Duns Number Can Be Obtained Via Www.dnb.com And Sam Registration Can Be Obtained Via Www.sam.gov. the Following Clauses And Others As Indicated By The Contracting Officer As Applicable Shall Apply To This Awarded Contract. far 52.222-3 - Convict Labor (jun 2003) far 52.222-19 - Child Labor Cooperation With Authorities And Remedies (jan 2018) far 52.222-35 - Equal Opportunity For Veterans (oct 2015) (38 U.s.c. 4212) far 52.222-36 - Equal Opportunity For Workers With Disabilities (jul 2014) (29 U.s.c. 793) far 52.222-37 - Employment Reports On Veterans (feb 2016) (38 U.s.c. 4212) far 52.222-50 - Combating Trafficking In Persons (jan 2019) far 52.223-18 - Encouraging Contractor Policies To Ban Text Messaging While Driving (aug 2011) far 52.225-1 - Buy American Supplies (may 2014) far 52.225-13 - Restrictions On Certain Foreign Purchases (jun 2008) far 52.232-33 - Payment By Electronic Funds Transfer - Systems For Award Management (oct 2018) far 52.233-3 - Protest After Award (aug 1996) far 52.233-4 - Applicable Law For Breach Of Contract Claim (oct 2004) *the Above/following Clauses Are Incorporated By Reference, Entire Clause(s) Available At Http://www.arnet.gov/far. notice To Offerors Concerning Representations And Certifications: this Solicitation Contains Far Clause 52.204-7, Central Contractor Registration And Far Provision 52.204-8, Annual Representations And Certifications. In Accordance With Far 4.1201 (a) Prospective Contractors Shall Complete Electronic Annual Representations And Certifications Sam Accessed Via Https://www.acquisition.gov. Please Ensure Completion Prior To Submission Of Your Quote. Also Note That Paragraph (b) Of Far 52,204-8 Applies. 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).
Closing Soon31 Mar 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In 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 70z03825qj0000230 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 Effective 17 January 2025. the Applicable North American Industry Classification Standard Code Is 336413. The Small Business Size Standard Is 1,250 Employees. This Is An Unrestricted Requirement. All Responsible Sources May Submit A Quotation Which Shall Be Considered By The Agency. it Is Anticipated That A Firm-fixed Price Purchase Order Will Be Awarded For Following Items On A Brand Name Basis As A Result Of This Synopsis/solicitation: item Name: Fitting Assembly part Number: 70209-27001-046 national Stock Number: 1560-01-hs3-4152 quantity: 10 Ea manufacturer Cage Code: 78286 requested Delivery Date: 11/01/2025 only The Brand Name Items Requested In This Solicitation Will Be Considered For Award. All Items Must Have Clear Traceability To The Original Equipment Manufacturer (oem), Sikorsky Aircraft Corporation (cage Code 78286). Traceability Means A Clear, Complete, Documented, And Auditable Paper Trail Which Traces Each Step From An Oem To Its Current Location. the Contractor Shall Furnish A Coc In Accordance With Federal Acquisition Regulation (far) Clause 52.246-15. Coc Must Be Submitted In The Format Specified In The Clause. Offerors Must Be Able To Provide Necessary Certification Including Traceability To The Manufacturer, Manufacturer's Coc And Its Own Certificate Of Conformance. Prospective Vendors Who Are Not The Oem Must Provide Traceability For The Offered Product Back To The Manufacturer. note: No Drawings, Specifications Or Schematics Are Available From This Agency. see Attachment 1 - “terms And Conditions – 70z03825qj0000230” For Applicable Clauses, Instructions And Evaluation Criteria. See Attachment 2 – “redacted J&a – 70z03825qj0000230” closing Date And Time For Receipt Of Offers Is 4/9/2025 At 2:00 Pm Eastern Time. Anticipated Award Date Is On Or About 4/14/2025. E-mail Quotations May Be Sent To Cindy.k.harmes@uscg.mil And Mrr-procurement@uscg.mil. Please Indicate 70z03825qj0000230 In The Subject Line.
Closing Date9 Apr 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Machinery and Tools...+1Automobiles and Auto Parts
United States
This Is To Be Awarded Based Off Lowest Price Technically Acceptable And Past Preformance. statement Of Work For Fire Pump Starter Motor On Cgc Stone. background. Stone’s #1 Fire Pump Is Non-operational Due To A Bad Contactor. This Requirement Is For A Replacement An19sn0c5e300 Motor Starter To Repair #1 Fire Pump. scope. Provide Motor Starter, Pn: An19sn0c5e300, Extended Warranty, And Shipping To Cutter’s Home Port. objective. The Objective Of This Requirement Is To Return The Ship’s #1 Fire Pump To Normal Operating Condition. scope. The Vendor Shall Supply The Following Parts: qty p/n description 1 an19sn0c5e300 motor Starter 1 shipping ship To Cgc Stone (wmsl 758) Homeport Location. security Requirement. Base Charleston Access Is Required. Vendor Shall Have A Valid Driver’s License And Show Identification. Forms Will Be Provided For Base Access. required Delivery Location. cgc Stone (wmsl 758) attn: Lcdr Stephen Horvath 1050 Register St. n. Charleston, Sc 29405 rdd: 09may25 points Of Contact. uscg-sflc-lre Pl Asset Management mkcm Bryan Briggs bryan.p.briggs@uscg.mil (510) 418-2223
Closing Date7 Apr 2025
Tender AmountRefer Documents 
1-10 of 213 active Tenders