Tenders of U S Coast Guard Usa

Tenders of U S Coast Guard Usa

U S COAST GUARD USA Tender

Machinery and Tools
United States
Closing Soon28 Oct 2024
Tender AmountRefer Documents 
Repair Pump-aux Drive Moto Of Hc-144 Aircraft

U S COAST GUARD USA Tender

Machinery and Tools
United States
Closing Soon28 Oct 2024
Tender AmountRefer Documents 
The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part: item 1) nsn: 3040-12-382-2887 heat Exchanger mfg: Zahnradfabrik Friedrichshafen part Number: 0501224076 quantity: 05 Each individually Packaged In Accordance With Mil-std-2073-1e Method 10, Cushioned Or Secured As Appropriate To Prevent Damage From Movement Or External Impact. Items Shall Then Be Packed In An Appropriately Sized Astm-d6251 Type Iii, Class 1 Woodcleated Panelboard Shipping Box Or Astm-d6880 Class 2 Heavy Duty Screwed Wooden Box. each Package Shall Be Marked Iaw Mil-std-129r Except Bar Coded Iaw Iso/iec-16388-2007, Code 39 Symbology. all Items Are Inspected When Delivered To The Coast Guard Warehouse. Failure To Meet The Requirements For Packaging, Packing, Marking (pp&m) And Bar-coding Will Result In The Item(s) Being Rejected And Possibly Returned To The Vendor. This Will Delay Payment. Any Questions Concerning The Pp&m Requirements Or Bar-coding Should Be Addressed With The Contracting Officer Prior To Contract Award. delivery Shall Be F.o.b. Destination To Uscg Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore Md 21226, Mark For: Receiving Room Bldg. 88a this Is A Combined Synopsis/solicitation For A Commercial Item Prepared In Accordance With The Format Outlined In Far Subpart 12.6, Fac 2024-07 (sept 2024) 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 333618 And The Business Size Standard Is 750. The Resultant Purchase Order Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far 13.106 Apply. substitute Parts Are Not Acceptable. It Is Anticipated That A Non-competitive Sole Source Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. It Is The Government’s Belief That Only Zahnradfabrik Friedrichshafen Ag. And/or Their Authorized Distributor Can Offer These Units. Concerns Having The Expertise And Required Capabilities To Provide This Item Are Invited To Submit Complete Information Discussing The Same Within Two (2) Calendar Days From The Day This Notice Posted. The Data Must Include Sufficient Detail To Allow The Coast Guard To Evaluate The Proposal Relative To The Requirements. The Information Submitted Must Include A Letter From The Oem Verifying The Offeror Is An Authorized Distributor Verifying The Oem Will Supply Genuine Oem Parts. the U.s. Coast Guard Intends To Award On An All Or None Basis To A Responsible Offeror Whose Offer Conforming To The Solicitation Will Be The Most Advantageous To The Government. Award Will Be Lowest Price Technically Acceptable. The Coast Guard Intends To Award On A Firm Fixed Price Contract. all Responsible Sources May Submit A Quotation, Which If Timely Received, Shall Be Considered By The Agency. Companies Must Have Valid Duns Numbers And Be Registered With Systems For Award Management (www.sam.gov) And Shall Provide The Company Tax Information Number (tin) With Their Offer. The Closing Date And Time For Receipt Of Quote Is Oct 28, 2024 At 10:00 Am Eastern Standard Time. Email Proposed Price Quote: Yvette.r.johnson@uscg.mil offerors Must Submit The Following Information On Their Quote: disclosure: The Offeror Under This Solicitation Represents That [check One]: __ It Is Not A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73; __ It Is A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73, But It Has Submitted A Request For Waiver Pursuant To 3009.104-74, Which Has Not Been Denied; Or __it Is A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73, But It Plans To Submit A Request For Waiver Pursuant To 3009.104-74. (g) A Copy Of The Approved Waiver, If A Waiver Has Already Been Granted, Or The Waiver Request, If A Waiver Has Been Applied For, Shall Be Attached To The Bid Or Proposal __hsar 3052.209-70 Prohibition On Contracts With Corporate Expatriates (june 2006) (end Of Provision) the Following Far Clauses Provisions Apply To This Solicitation. Far 52.212-1, Instructions To Offerors-commercial Items (nov 2021); Far 52.212-3, Offeror Representations And Certifications-commercial Items (dec 2022) With Alternate I. Offeror(s) Must Include A Completed Copy Of Far 52.212-3 With Their Quote. the Following Far Clauses Apply To This Solicitation. Offerors May Obtain Full Text Versions Of These Clauses Electronically At Www.arnet.gov.; Far 52.212-4, Contract Terms And Conditions-commercial Items (dec 2022); Far 52.212-5, Contract Terms & Conditions Required To Implement Statutes Or Executive Orders-commercial Items (dec 2022). The Following Clauses Listed Within Far 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015), 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553), 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77, 108-78 (19 U.s.c. 3805 Note) 52.212-5 Are Applicable: Far 52.219-28, Post Award Small Business Program Representation (oct 2022)(15 U.s.c. 632(a)(2); Far 52.222-3, Convict Labor (jun 2003)(e.o. 11755); Far 52.222-19 Child Labor-cooperation With Authorities And Remedies (jan 2022) (e.o. 13126); Far 52.222-21, Prohibition Of Segregated Facilities (april 2015); Far 52.222-26, Equal Opportunity (sep 2016)(e.o. 11246); Far 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020);far 52.222-50, Combat Trafficking In Persons (october 2020)(22 U.s.c. Chapter 78 And E.o. 13627); Far 52.223-18 Contractor Policy To Ban Text Messaging While Driving (jun 2020) (e.o. 13513); Far 52.225.1 Buy American Act-supplies (oct 2022); Far 52.225-3, Buy American Act-free Trade Agreement (oct 2022)(41 U.s.c. 10a-10d); Far 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021); 52.232-33, Payment By Electronic Funds Transfer-system For Award Management (oct 2018)(31 U.s.c. 3332). The Following Items Are Incorporated As Addenda To This Solicitation: Copies Of Hsar Clauses May Be Obtained Electronically At Www.dhs.gov. cgap 3042.302-90 Valuation Requirements For The Acquisition Of Spare Parts Purchased For Inventory Control Points From Hq Contracts (oct 2008). Copies Of Cgap Clauses May Be Obtained Electronically At: Www.uscg.mil/acquisition/procurement/pdf/cim_4200_19h.pdf

U S COAST GUARD USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
Closing Soon23 Oct 2024
Tender AmountRefer Documents 
Repair Flap Drive Assy For Hc-27j Aircraft

U S COAST GUARD USA Tender

Electrical and Electronics
United States
Closing Date19 Dec 2024
Tender AmountRefer Documents 
Cgc Midgett Discrep Vent Fan Repairs

U S COAST GUARD USA Tender

Others...+2Civil And Construction, Civil Works Others
United States
Closing Date8 Dec 2024
Tender AmountRefer Documents 
Uscgc Bertholf Replacement Cic Door

U S COAST GUARD USA Tender

Agriculture or Forestry Works
United States
Closing Date4 Nov 2024
Tender AmountRefer Documents 
1. This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, Acquisition Of Commercial Items And Far Part 13, Simplified Acquisition Procedures, Far Part 17.2 Options, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals And A Written Solicitation Will Not Be Issued. 2. The Solicitation 60100pr250000001 Is Issued As A Request For Quotation (rfq). 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 Https://www.sam.gov/sam/. 3. This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2024-07 Revision Date 09/30/2024. The Complete Text Of Any Of The Clauses And Provisions May Be Accessed In Full Text At Https://www.acquisition.gov/browse/index/far. 4. This Procurement Is A 100% Total Small Business Set-aside And The Associated North American Industry Classification System (naics) Code Is 561730-landscaping Services, With Size Standard Is $9.5m. Product Service Code: H999 - Other Qc/test/inspect- Miscellaneous. 5. Place Of Performance: Uscg Academy 15 Mohegan Avenue New London, Ct 06320 (f.o.b. Destination) 6. Description Of Service: -contractor Shall Abide By The Conditions And Perform The Functions Listed In The Perforamnce Work Statement (pws). -the Contractor Shall Perform Lawn Care/weed Control Treatments Based On 22 Acres Of Grassy Areas And Additional Service To 11 Acres Of High Priority Areas As Detailed In Technical Exhibit 01 And As Follows: a. Early April Application With Fertilizer, Broad Leaf Weed Control, And Pre-emergent Crabgrass Control. b. High Priority Areas: Early May Application With Fertilizer, Broad Leaf Weed Control, And Fungicide. c. Mid-june Application With Fertilizer, Broad Leaf Weed Control, Post-emergent Weed Control And Grub Control. d. High Priority Areas: Late July Application With Fertilizer, Broad Leaf Weed Control, And Fungicide. e. Early September Application With Fertilizer And Broad Leaf Weed Control, Soil Samples. f. High Priority Areas: Mid-october Application With Fertilizer, Broad Leaf Weed Control. g. November Lime Application 6.1. Section 2.1.5 Manufacturer’s Product Sheets And Safety Data Sheets (sds). The Contractor Shall Provide A Copy Of The Manufacturer’s Product Sheets (specification, And Recommended Application directions) And The Safety Data Sheets (sds) For All Fertilizers, Herbicides, Insecticides, And Lime associated With This Performance Work Statement. These Documents Shall Be Provided With The contractor’s Response To The Government’s Request For Quotation And Annually Thereafter On 1 march. Before Any New Products Are Applied, The Contractor Shall Furnish Copies Of The manufacture’s Application Directions And The Sds At Least 7 Calendar Days Prior To Application. *attachments Are:pws, Lawn Care Clins, Te 01 Map Of The Campus, Provisions & Clauses & Sca 2015-4111 Rev 28. 7. Service Contract Act Wage Determination No. Wd 15-4111 (rev.-28) The Contractor Shall Identify The Wage Category In Their Offer. To Review Most Recent Dol For The Sercive Contract Act (sca); It Is Located On Www.sam.gov/sam Home Page Under Wager Determinations. 8. All Quotes Shall Include Tasks Listed Per Pws And Format Clins Per Te 1 Referenced. Submission Of A Quote That Does Not Contain All Items Requested Below May Result In Elimination From Consideration Of Award. Offerors Must Submit The Quote As An Electronic Attachment Clearly Identified As Described Below Within This Header Of This Notice. Offerors Are Responsible For Including Sufficient Details To Permit A Complete And Accurate Evaluation Of Each Quote. 9.site Visit Time & Date Stamp Must Be Present On The Quote And Site Visit Will Be Requiredfor This Contract Base +4. 9.1. Scheduling A Site Visit:poc For Scheduling A Site Visit As The Site Visit Is Required, Please Contact Jason Askew @ Jason.m.askew@uscg.mil 10. Period Of Performance: base Period January 1, 2025 Through December 31, 2025 option Period One January 1, 2026 Through December 31, 2026 option Period Two January 1, 2027 Through December 31, 2027 option Period Three January 1, 2028 Through December 31, 2028 option Period Four January 1, 2029 Through December 31, 2029 11.lpta Award Criteria - The Government Intends To Select For Award The One Responsible Quote Which Conforms To The Bidding Requirements Proposing A Price That Is Fair And Reasonable, And Provides The Lowest Priced, Technically Acceptable (lpta) Quote Meeting The Specifications Of The Requirement. If The Lowest Priced Quote Is Not Found To Be Technically Acceptable, The Government Will Evaluate The Next Lowest Priced Quote, And So On. Quotes Determined To Be Incomplete, Unreasonable, Or Unrealistic Will Not Be Considered For Award. -yearly Costs Need To Be Projected Ex: Base $xxxxx, Option 1 $xxxxx E.g.. 12. The Awarded Contract Will Be Issued As A Firm Fixed Price Contract. 13.the Government Reserves The Right To Cancel This Solicitation At Any Time. *modification 1 - For Addenda Attachment Applying Provision52.217-5evaluation Of Options As Referenced In Sentence 1 Of This Decription "far 17.2 Options"

U S COAST GUARD USA Tender

Aerospace and Defence
United States
Closing Date1 Nov 2024
Tender AmountRefer Documents 
Winslow, Griesser Technical Service Build / Install / Testing Of Shaft Seals

U S COAST GUARD USA Tender

Aerospace and Defence
United States
Closing Date30 Oct 2024
Tender AmountRefer Documents 
Open, Inspect And Report Turbocharger

U S COAST GUARD USA Tender

Electrical Goods and Equipments...+1Electrical and Electronics
United States
Closing Soon28 Oct 2024
Tender AmountRefer Documents 
Open, Inspect And Report Breaker Drawout

U S COAST GUARD USA Tender

Others...+2Civil And Construction, Civil Works Others
Corrigendum : Closing Date Modified
United States
Closing Soon25 Oct 2024
Tender AmountRefer Documents 
Wtgb 140' & 120’ Barge Drydock Idiq Fy24-29
91-100 of 102 active Tenders