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
The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Parts:
item 1)
nsn: 3120-01-605-7400
parts Kit, Bearing Replacement
frc-b Propeller Shaft Forward Or Aft Romor Stave Bearing Kit.
consists Of:
(2) Romor Stave With Keeper Slot Part # 80920203000001-1
(2) Rubber Locking Stave Part # 80920203000001-3
(8) Romor Stave Part # 80920203000001-2
all The Propulsion Shaft Bearing Assemblies And Associated Components Under This Requirement Shall Be Inspected By Coast Guard Quality Assurance Personnel At The Vendor's Facility To Ensure Manufacture And Configuration Is In Compliance With The Manufacturer Drawings And Preservation (if Applicable) Packaging, Packing,
marking/labeling, And Bar Coding Meet The Contract Requirements.
the Contractor Shall Maintain An Inspection System, Which Shall Insure That Each Item Offered To The Coast Guard For Acceptance Or Approval Conforms To The Contract
requirements. The Inspection System Shall Be In Accordance With Ansi/asq Q9001, Documented And Available For Review By The Coast Guard.
the Contractor As Well As Any Subcontractors Shall Be Required To Maintain A Test Equipment Calibration Program In Compliance With Ans/iso/iec 17025. The Program Shall Be Documented And Traceable To The National Institute Of Standards (nist).
each Item Shall Be Individually Preserved And Packaged As Appropriate In Accordance With Mil-std-2073-1e Method 10 In An Appropriately Sized Astm-d6251 Type Iii, Class 1 Wood-cleated Panel-board Shipping Box, Astm-d6880 Class 2 Heavy Duty Screwed Wooden Box Or Astm-d5118 Heavy Duty Double-wall Fiberboard Box As Appropriate Cushioned And/or Secured To Prevent Damage From Movement Or External Impacts. Any
crates Or Boxes Weighing Over 50 Lbs Shall Be Skid Mounted Or Secured To Anappropriately Sized Pallet To Facilitate Forklift Use.
marking Iaw Mil-std-129r Except Bar Coded Iaw Iso/iec-16388-2007, Code 39 Symbology. All Markings Shall Be Placed So Visible By Forklift Operator, If Applicable.
mfg: Duramax Marine
pn: 80920203000003
qty: 14 Ea
item 2)
nsn: 3120-01-605-7345
parts Kit, Bearing Replacement
frc-b Propeller Shaft Forward Stave Bearing External Retaining Ring Kit. Consists Of (1) Split External Retaining Ring Part # 807520380-f And (10) Socket Head Cap Screws Part # 893110800.
all The Propulsion Shaft Bearing Assemblies And Associated Components Under This Requirement Shall Be Inspected By Coast Guard Quality Assurance Personnel At The Vendor’s Facility To Ensure Manufacture And Configuration Is In Compliance With The Manufacturer Drawings And Preservation (if Applicable) Packaging, Packing,
marking/labeling, And Bar Coding Meet The Contract Requirements.
the Contractor Shall Maintain An Inspection System, Which Shall Insure That Each Item Offered To The Coast Guard For Acceptance Or Approval Conforms To The Contract
requirements. The Inspection System Shall Be In Accordance With Ansi/asq Q9001, Documented And Available For Review By The Coast Guard.
the Contractor As Well As Any Subcontractors Shall Be Required To Maintain A Test Equipment Calibration Program In Compliance With Ans/iso/iec 17025. The Program Shall Be Documented And Traceable To The National Institute Of Standards (nist).
each Item Shall Be Individually Preserved And Packaged As Appropriate In Accordance With Mil-std-2073-1e Method 10 In An Appropriately Sized Astm-d6251 Type Iii, Class 1 Wood-cleated Panel-board Shipping Box, Astm-d6880 Class 2 Heavy Duty Screwed Wooden Box Or Astm-d5118 Heavy Duty Double-wall Fiberboard Box As Appropriate Cushioned And/or Secured To Prevent Damage From Movement Or External Impacts. Any
crates Or Boxes Weighing Over 50 Lbs Shall Be Skid Mounted Or Secured To An Appropriately Sized Pallet To Facilitate Forklift Use.
marking Iaw Mil-std-129r Except Bar Coded Iaw Iso/iec-16388-2007, Code 39 Symbology. All Markings Shall Be Placed So Visible By Forklift Operator, If Applicable.
mfg: Duramax Marine
pn: 80920203000004
qty: 4 Kt
this Is A Combined Synopsis/solicitation For A Commercial Item Prepared In Accordance With The Format Outlined In Far Subpart 12.6, Fac 2025-03 (jan 17 2025) 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 339991 And The Business Size Standard Is 600. 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 Duramax Marine And/or Their Authorized Distributors 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 February 25, 2025, At 10:00 Am Eastern Standard Time
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 (sep 2023); Far 52.212-3, Offeror Representations And Certifications-commercial Items (may 2024) 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.acquisition.gov.; Far 52.212-4, Contract Terms And Conditions-commercial Items (nov 2023); Far 52.212-5, Contract Terms & Conditions Required To Implement Statutes Or Executive Orders-commercial Items (jan 2025)
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)
the Following Clauses Listed Within 52.212-5 Are Applicable:
far 52.203-6 Restrictions On Subcontractor Sales To The Government (jun 2020, With Alternate I (nov 2021)
far 52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (mar 2020)
52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards (june 2020)
52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (june 2020) (31 U.s.c. 6101 Note).
far 52.219-28, Post Award Small Business Program Representation (feb 2024)(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 (feb 2024) (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 (nov 2021)(22 U.s.c. Chapter 78 And E.o. 13627)
far 52.225-1 Buy American Act-supplies (oct 2022)
far 52.225-3, Buy American Act-free Trade Agreement (nov 2023)(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
Closing Soon25 Feb 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Machinery and Tools
United States
The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part:
item 1)
nsn: 2940-01-590-7871
kit Lube Oil Spinner 750 Hr
270 Wmec Ssdg Lube Oil Spinner 750 Hr Pms Kit.
kit Contents:
5331-01-585-4033/p/n 2-511-012-867/cage 63097 1 Seal, Cover - 1in Suction Strainer (viton)
5331-01-352-7484/p/n 70887/cage 8v655 1 Seal, Cover (model 3400) (viton)
5331-01-352-1080/p/n 70916/cage 8v655 1 Seal, Lcb (viton)
5331-01-353-7483/70971/cage 8v655 1 Seal, Cover Nut (viton)
5331-01-563-7783/p/n 72984/cage 8v655 2 Seal, Rotor Upper/ Lower (2-reqd)(viton)
p/n 72950 /cage 8v655 1 Insert, Rotor
mfg: Keith Dixon Systems
pn: 4114ssdg-750mk (tiv)
qty: 50 Ea
ship To:
uscg Sflc Baltimore
receiving Room – 88
2401 Hawkins Point Road
baltimore, Md 21226
this Is A Combined Synopsis/solicitation For A Commercial Item Prepared In Accordance With The Format Outlined In Far Subpart 12.6, Fac 2024-05 (may 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 333998 And The Business Size Standard Is 700. 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 Keith Dixon Systems .and/or Their Authorized Distributors 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 February 25, 2025, At 10:00 Am Eastern Standard Time
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 (sep 2023); Far 52.212-3, Offeror Representations And Certifications-commercial Items (may 2024) 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.acquisition.gov.; Far 52.212-4, Contract Terms And Conditions-commercial Items (nov 2023); Far 52.212-5, Contract Terms & Conditions Required To Implement Statutes Or Executive Orders-commercial Items (jan 2025)
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)
the Following Clauses Listed Within 52.212-5 Are Applicable:
far 52.203-6 Restrictions On Subcontractor Sales To The Government (jun 2020, With Alternate I (nov 2021)
far 52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (mar 2020)
52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards (june 2020)
52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (june 2020) (31 U.s.c. 6101 Note).
far 52.219-28, Post Award Small Business Program Representation (feb 2024)(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 (feb 2024) (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 (nov 2021)(22 U.s.c. Chapter 78 And E.o. 13627)
far 52.225-1 Buy American Act-supplies (oct 2022)
far 52.225-3, Buy American Act-free Trade Agreement (nov 2023)(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
Closing Soon25 Feb 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Aerospace and Defence
United States
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. In Accordance With Far 13.106-1 (b)(1), The Items Listed In Attachment 1 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 1560. The Small Business Set Aside Has Been Dissolved. This Requirement Is Unrestricted. Delivery Is Requested Within Three Hundred (300) 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 70z03825qj0000212 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 Cindy.k.harmes@uscg.mil And Mrr-procurement@uscg.mil With 70z03825qj0000212 In The Subject Line Which Will Be Considered By The Agency If Received No Later Than 2:00 P.m., (est) On 21 March 2025. 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 - 70z03825qj0000212”
see Attachment 2 – “redacted J And A – 70z03825qj0000212”
Closing Date21 Mar 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Machinery and Tools
United States
The United States Coast Guard Surface Forces Logistics Center Has An Emergent Requirement And Requesting Quotations For The Following Part:
item 1)
nsn: 4310-01-133-6890
compressor, Air, Reciprocating
this Is A Quincy Compressor, Model D325l, Reciprocating Two Stage Air Compressor. Rated At 17.4 Cfm At 175 Psig. Vertical Design, Base Mounted. Includes Automatic Unloader, Electric Motor With Motor Controller And Pressure Switch.
acceptable Type Motors:
marathon Electric, Model: Nj184ttdr7026, Marine Duty, 5 Hp, 440 Vac, 3 Ph, 60 Hz, Odp Type.
baldor Motor, Model M3218t, 5 Hp, 1750 Rpm, 3 Ph, 60 Hz, 184t, 3628m, Opsb, F1.
specification Number: 36b101t181h1.
this Compressor Assembly Is A Base Mounted Unit. It Does Not Include A Tank. It Includes Belts, Pulleys And Belt Guard.
previous Model: 325-17, S/n: 254031.
packaging Shall Be In Accordance With Mil-std-2073-1e.
compressor Unit Shall Be Packaged In A Fully Enclosed Wood Shipping Container Constructed Of 1/2" Thick Plywood Or Lumber, Framed At All Corners And Seams With Self Tapping Wood Screws. Container Shall Be Skid Mounted To Allow Lifting With A Fork Truck. Compressor Shall Be Lag Bolt Mounted And Wrapped With Polyurethane Plastic Secured With Tape Or Shrink Wrapped Inside The Container. Marking Shall Be In Accordance With The Requirements Of Mil-std-129r, Barcode 39 Format.
application: Wmec 210 Class Ship Service Air Compressor.
references: Uscg Tp 3239a-551-d Air Compressor, Ships Service - Model -d325l; Uscg Dwg 627-wmec-551-050, Rev -; Uscg Dwg 627w,ec-551-001. Rev D Compressed Air Piping Diagram.
*** Must Be Individually Packaged Iaw Mil-std-2073-1e, Method 10 & Marked Iaw Mil-std-129r, Barcode 39***
mfg: Quincy Compressors Div Coltec Industries
pn: D-325-l
qty: 10 Ea
delivery Shall Be F.o.b. Destination To Uscg Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore Md 21126, Mark For: Receiving Room Bldg. 88.
this Is A Combined Synopsis/solicitation For A Commercial Item Prepared In Accordance With The Format Outlined In Far Subpart 12.6, Fac 2025-03 (jan 17, 2025) 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 333415 And The Business Size Standard Is 1,250. The Resultant Purchase Order Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far 13.106 Apply.
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 With Their Offer. The Closing Date And Time For Receipt Of Quote Is Feb 25, 2025, At 10:00 Am Eastern Standard Time
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 (sep 2023); Far 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services (may 2024) 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.aquisition.gov ; Far 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services (nov 2023); Far 52.212-5, Contract Terms & Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (jan 2025).
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)
the Following Clauses Listed Within 52.212-5 Are Applicable:
far 52.203-6 Restrictions On Subcontractor Sales To The Government (jun 2020, With Alternate I (nov 2021)
far 52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (mar 2020)
52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards (june 2020)
52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (june 2020) (31 U.s.c. 6101 Note).
far 52.219-6, Notice Of Total Small Business Set-aside (nov 2022)(15 U.s.c. 644).
far 52.219-28, Post Award Small Business Program Representation (feb 2024)(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 (feb 2024) (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 (nov 2021)(22 U.s.c. Chapter 78 And E.o. 13627)
far 52.225-1 Buy American Act-supplies (oct 2022)
far 52.225-3, Buy American Act-free Trade Agreement (nov 2023)(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
Closing Soon25 Feb 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Machinery and Tools
United States
The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part:
item 1)
3010 01-598-2099
gear Assembly, Speed Decreaser
mfg Name: Wittenstein Inc
part_nbr: Sp 075w-mf2-70-1c1
qty: 4
270 Wmec Mpcms Pitch Actuation Od Box Servo Motor Gear Reducer. Assembly Includes
mounting Hardware (adapter Plate And Bushing)
motor: Rockwell Mpl-a220-vj42aa
adapter Plate: 20030653
bushing: 20000291
part Number: Sp 075w-mf2-70 -1c1-2s
sp+ 075 Corrosion Resistant Variation, Motor Mounting Interface, 2-stage, 70:1,
keyed Output Shaft, Camping Hub Diameter: 14mm, Standard Backlash.
reference: 901-wmec-245-014/015. Wittenstein Quote# Quo-95459-k0z2z.0
package Individually Iaw Mil-std-2073-1e
mark Iaw Mil-std-129r
delivery Shall Be F.o.b. Destination To Uscg Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore Md 21226
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 : Wittenstein And/or Their Authorized Distributors Can Provide This Unit. 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, And Verifying The Oem Will Supply Genuine Oem Parts.
this Is A Combined Synopsis/solicitation For A Commercial Item Prepared In Accordance With The Format Outlined In Far Subpart 12.6, 2025-01 11/12/2024 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 333998 And The Business Size Standard Is 500. The Resultant Purchase Order Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far 13
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 Via Email To Eric.i.goldstein@uscg.mil, Which If Timely Received, Shall Be Considered By The Agency. Companies Must Have Valid Duns Numbers And Be Registered With Systems For Award Management (sam) And Shall Provide The Company Tax Information Number (tin) With Their Offer. The Closing Date And Time For Receipt Of Quote Is Feb 24, 2025 At _9:00 Am Eastern Standard Time
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.
(end Of Provision)
the Following Far Clauses Provisions Apply To This Solicitation. Far 52.212-1, Instructions To Offerors-commercial Items (june 2020); Far 52.212-3, Offeror Representations And Certifications-commercial Items (november 2020) 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 (oct 2018); Far 52.212-5, Contract Terms & Conditions Required To Implement Statutes Or Executive Orders-commercial Items (november 2020). The Following Clauses Listed Within Far 52.212-5 Are Applicable:
52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (october 2022)
52.219-28, Post Award Small Business Program Rerepresentation (feb 2024)
52.222-3, Convict Labor (june 2003)
52.222-19, Child Labor—cooperation With Authorities And Remedies (feb 2024) (e.o. 13126).
52.222-21, Prohibition Of Segregated Facilities (apr 2015).
52.222-26, Equal Opportunity (sep 2016) (e.o. 11246).
52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793).
52.222-50, Combating Trafficking In Persons (nov 2021)
52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024)
52.225-13, Restrictions On Certain Foreign Purchases (feb 2021)
52.232-33, Payment By Electronic Funds Transfer— System For Award Management (october 2018)
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
Closing Soon24 Feb 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Machinery and Tools
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 70z03825qj0000210 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 January 17, 2025.
the Applicable North American Industry Classification Standard Code Is 336413. The Small Business Size Standard Is 1,250 Employees. This Solicitation Is 100% Set-aside For Small Business. 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 On A Competitive Basis As A Result Of This Synopsis/solicitation For The Following Items:
item Name: Spindle
national Stock Number: 5340-01-519-8063
part Number: 64378-3
manufacturer: Cage Code 80477
quantity: 20 Ea
requested Delivery: 04/01/2025
at The Time Of Award, The Uscg Intends To Place An Order For The Purchase Of Twenty (20) Item(s). Iaw Federal Acquisition Regulation (far) 52.217-6 The Uscg May Require Ten (10) Additional Item(s) For A Maximum Quantity Of Thirty (30) Item(s) At The Same Price And Lead Time As The Original Order, For Up To Three Hundred And Sixty-five (365) Days After The Initial Award Date.
***please Note That If The Uscg Chooses To Exercise Any Optional Quantity Modifications, Such Modifications Will Be Issued Unilaterally To The Contractor.
the Contractor Shall Furnish A Certificate Of Conformance (coc) In Accordance With Federal Acquisition Regulation (far) Clause 52.246-15. Coc Must Be Submitted In The Format Specified In The Clause.
all Parts Shall Be New Approved Parts.
note: No Drawings, Specifications Or Schematics Are Available From This Agency.
see Attachment 1 - “terms And Conditions – 70z03825qj0000210” For Applicable Clauses, Instructions And Evaluation Criteria.
closing Date And Time For Receipt Of Offers Is 2/26/2025 At 2:00 Pm Eastern Time. Anticipated Award Date Is On Or About 2/28/2025. E-mail Quotations May Be Sent To Paige.e.kressley@uscg.mil And Mrr-procurement@uscg.mil. Please Indicate 70z03825qj0000210 In The Subject Line.
Closing Soon26 Feb 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Aerospace and Defence
United States
Request For Quote 70z08525q30010b00
quote Due Nlt: 03/05/2025, 12 Pm Est
item Required Delivery Date: 04/28/25
naics 326299
this Is A Combined Synopsis/solicitation For Commercial Items, Prepared In Accordance With The Format In Subpart 12.6 Of The Far Part 12 - Acquisition Of Commercial Products And Commercial Services | Acquisition.gov And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Separate Written Solicitation Will Not Be Issued.
request For Quote Number In Header Applies And Is Used As The Solicitation Number. This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2005-87, Effective, 7 March 2016.
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, (vendor Must Have An Active Registration In Sam.gov Prior To Award) Which If Timely Received, Shall Be Considered By This Agency.
payments Are Net 30 And Will Be Made In Accordance With The Far 52.232-25 Prompt Payment Clause 52.232-25 Prompt Payment. | Acquisition.gov.
all Acquisitions Expected To Exceed $10k Can Also Be Found On Sam.gov Under The Same Solicitation/rfq Listed In The Header.
the U.s. Coast Guard, Surface Forces Logistics Center (sflc) Intends To Award A Firm Fixed Price Purchase Order.
the United States Coast Guard Surface Forces Logistics Center Has A Requirement For The Following Items:
vendor Shall Provide:
vendor Name:
vendor Address:
vendor Sam.gov Uei:
vendor Phone:
vendor Email:
all Items Listed In The Below Parts List And No Substitutions Will Be Authorized Without Approval From Uscg Sflc Technical Experts.
for Inquiries Please Contact:
poc: Gina Baran
email: Gina.m.baran@uscg.mil
line 1
nsn: 4510 01-601-2564
description: Bladder, Water
mfg Name: John Wood Company
part_nbr: 660603996
qty: 10 Ea
unit Price: _______________
total Price (shipping Must Be Included): ____________
** Total Cost Shall Have Delivery And Any Freight Charges To Zip Code 21226 Included. **
** Shipping: Fob Destination Required. **
description:
water Bladder
dimensions And Weight: 14 X 24 X 14, 50 Lbs
type 36" Dia Hydro-pneumatic Bag
capacity 280 Gallons.
cage 83667
preservation, Packing, & Marking Shall Be In Accordance With Specifications:
individually Packaged In Accordance With Mil-std-2073-i E Method 10, Using Weatherresistant Paperboard Folding With Waterproof Barrier Materials And Cushioned, As Needed In Bubble-wrap, Bagged And Packed In An Appropriately Sized Astm-d5118 Double-wall Fiberboard Box. Bag Closure Shall Be Affected By Heat-sealing, Adhesives, Or Taping. Other Type Bag Closures Such As Pressure-fit, Zipper, And Others, Are Acceptable. Placed Inside Of Bag Shall Be Desiccant In Accordance With Type Ii Or Iii Of Mil-d-3464.
end Use: Used On Uscgc 418 Ft Wmsl Potable Water System Pressure Tank
label Must Contain:
item Name
part Number
nsn
qnty (example 1 Ea)
contract Order Number Or Pr Number.
technical Poc:
jake Redden
jake.m.redden@uscg.mil
item Required Delivery Date: 4/28/2025
if Unable To Meet Required Delivery Date, Please Provide Dd: ________
- No Substitutions.
are You Able To Meet Packaging Requirements? Yes ___ No ____
** Total Cost Shall Have Delivery And Any Freight Charges To Zip Code 21226 Included. **
** Shipping: Fob Destination Required. **
ship To:
Uscg Surface Forces Logistics Center
2401 Hawkins Point Road
Receiving Room- Building 88
Baltimore, Md 21226
preparation For Delivery
all Material Must Be Shipped To U.s. Coast Guard Surface Forces Logistics Center, 2401 Hawkins Point Road, Receiving Room- Bldg 88, Baltimore, Md, 21226 For This Purchase Order. Material Must Be Accompanied By An Itemized Packaging List Securely Attached To The Outside Of The Shipment.
all Packing Lists Shall Cite The Purchase Order Number With The Packaging In Such A Manner To Ensure Identification Of The Material Provided.
material Shall Be Packed For Shipment Using Military Packaging, For Examples In Packaging Please Reference Mil-std-2073-1e. Material Must Be Packaged In Such A Manner As To Afford Adequate Protection To The Item Against Corrosion, Deterioration, And Physical Damage During Shipment From The Supply Course To Surface Forces Logistics Center Locations.
packaging Shall Provide Adequate Protection For Warehouse Storage And Shipments From The Warehouse.
all Deliveries Are To Be Made Monday Through Friday Between The Hours Of 8am To 3pm.
please Make Sure That Any Changes In Delivery Timeframes Or Tracking Information Get Sent To Gina.m.baran@uscg.mil.
u.s. Coast Guard Approved Label Should Have The Following:
national Stock Number (nsn)
item Name
part Number
purchase Order Number
the Words “coast Guard Sflc Material” Condition (a)
quantity And Unit Of Issue (i.e) (1-ea)
invoicing In Ipp
it Is Now 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 Contract Number, Vendor’s Invoice Number, Vendor’s Uei, Uei & Tins 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).
to Submit An Invoice, Vendor Must Have Access To Www.ipp.gov. Additionally, A Copy Of The Invoice Must Also Be Sent To The Po Issuing Office At: Gina.m.baran@uscg.mil
Closing Date5 Mar 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Others
United States
Sources Sought Notice
anticipated Period Of Performance: August 18, 2025 - October 16, 2025
submission Of Information: Companies May Respond To This Sources Sought Notice Via E-mail To Lenore.d.sevier@uscg.mil No Later Than 4:00 Pm On Friday, February 28, 2025, Eastern Standard Time (est) With The Following Information/documentation:
1. Name Of Company, Address And Unique Entity Id
2. Point Of Contact And Phone Number
3. Business Size Applicable To The Naics Code
4. Documentation Verifying Small Business Certification
5. Statement Of Proposal Submission
6. Past Performance Information
Closing Soon28 Feb 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Electrical and Electronics...+1Electrical Works
United States
Action Code: N/a
date: 02/13/2025
year: 2025
contracting Office Zip Code: 27909-5001
classification Code: 4140
contracting Office Address: Uscg, Alc, Mrs, Elizabeth City, Nc
subject: Overhaul Fan
proposed Solicitation Number: 70z03825qw0000035
closing Response Date: 02/26/2025
primary Point Of Contact: Debra W. Heath
contract Award And Solicitation Number: To Be Assigned At Time Of Award / 70z03825qw0000035
contract Award Dollar Amount: Tbd
contract Line Item Numbers: 1
contract Award Date: Estimate: Tbd
contractor: Tbd
description: Overhaul Fan
place Of Contract Performance: Tbd
set-aside Status: Unrestricted
notice Of Intent To Award To Sole Source
this Special Notice Constitutes The Only Solicitation. A Written Solicitation Will Not Be Issued. Solicitation Number 70z03825qw0000035 Is Issued As A Special Notice Of Intent To Award To All Clear Aerospace & Defense Inc (cage Code 1zk21), 15501 Sw 29th Street, Ste 101 Miramar, Fl 33027-5261 For The Repair Of One (1) Fan To Support The C-27j Aircraft. Vendors May Quote On The Following:
nsn Nomenclature Part Number & Serial No. Qty
4140-01-522-1051 Fan Pn 041023501 / Sn C06160319 1
incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 Effective Jan 17, 2025. The Applicable North American Industry Classification Standard (naics) Code Is 336413. The Small Business Size Standard Is 1,250 Employees.
the Following Attachments Apply To This Solicitation:
attachment A – Terms And Conditions
attachment B – Redacted Justification For Other Than Full And Open Competition
attachment C – Statement Of Work
it Is Anticipated That A Sole Source Purchase Order Will Be Awarded As A Result Of This Notice Pending The Availability Of Funds. It Is The Government’s Belief That All Clear Aerospace & Defense Inc Only Has The Required Proprietary Technical And Engineering Data To Provide The Overhaul Of One (1) Fan Concerns Having The Expertise And Required Capabilities To Provide These Parts Are Invited To Submit Complete Information Discussing The Same Within Ten (10) Calendar Days From This Posting. Vendors Who Do Not Meet The Capability Requirement Will Not Be Considered. The Notice Of Intent Will Not Be Extended Or The Award Delayed For A Vendor To Submit Their Data For Capability Determination Or For Registration In Sam.gov.
please Note: Only Quotations With Shipping Terms Of F.o.b. Destination Or F.o.b Origin Will Be Accepted. Shipping Terms Of Ex Works (exw) Or Incoterms 2020 Will Not Be Accepted.
the Closing Date For This Intent To Award Notice Is 02/26/2025 At 4:00 Pm Est. Point Of Contact For This Intent To Award Notice Is Debra.w.heath@uscg.mil. Please Indicate 70z03825qw0000035 In The Subject Line.
notice For Filing Agency Protests
united States Coast Guard Ombudsman Program
it Is The Policy Of The United States Coast Guard (uscg) To Issue Solicitations And Make Contract Awards In A Fair And Timely Manner. The Ombudsman Program For Agency Protests (opap) Was Established To Investigate Agency Protest Issues And Resolve Them Without Expensive And Time- Consuming Litigation. Opap Is An Independent Reviewing Authority That Is Empowered To Grant A Prevailing Protester Essentially The Same Relief As The Government Accountability Office (gao).
interested Parties Are Encouraged To Seek Resolution Of Their Concerns Within The Uscg As An Alternative Dispute Resolution (adr) Forum Rather Than Filing A Protest With The Gao Or Some External Forum. Interested Parties May Seek Resolution Of Their Concerns Informally Or Opt To File A Formal Agency Protest With The Contracting Officer Or Ombudsman.
informal Forum With The Ombudsman. Interested Parties Who Believe A Specific Uscg Procurement Is Unfair Or Otherwise Defective Should First Direct Their Concerns To The Applicable Contracting Officer. If The Contracting Officer Is Unable To Satisfy Their Concerns, Interested Parties Are Encouraged To Contact The U.s. Coast Guard Ombudsman For Agency Protests And Cc The Contracting Officer. Under This Informal Process The Agency Is Not Required To Suspend Contract Award Performance. Use Of An Informal Forum Does Not Suspend Any Time Requirement For Filing A Protest With The Agency Or Other Forum. In Order To Ensure A Timely Response, Interested Parties Should Provide The Following Information To The Ombudsman At Opap@uscg.mil And The Contracting Officer: Solicitation/contract Number, Contracting Office, Contracting Officer’s Name, Solicitation Closing Date (if Applicable), And Their Concerns.
formal Agency Protest With The Ombudsman. Prior To Submitting A Formal Agency Protest, Protesters Must First Use Their Best Efforts To Resolve Their Concerns With The Contracting Officer Through Open And Frank Discussions. If The Protester’s Concerns Are Unresolved, An Independent Review Is Available By The Ombudsman. The Protester May File A Formal Agency Protest To Either The Contracting Officer Or As An Alternative To That, The Ombudsman Under The Opap Program, And Cc The Contracting Officer In All Communications.
contract Award Or Performance Will Be Suspended During The Protest Period Unless Contract Award Or Performance Is Justified, In Writing, For Urgent And Compelling Reasons Or Is Determined In Writing To Be In The Best Interest Of The Government. The Agency’s Goal Is To Resolve Protests In Less Than 35 Calendar Days From The Date Of Filing. Protests Shall Include The Information Set Forth In Far 33.103(d)(2). If The Protester Fails To Submit The Required Information, Resolution Of The Protest May Be Delayed Or The Protest May Be Dismissed. To Be Timely Protests Must Be Filed Within The Period Specified In Far 33.103(e). Formal Protests Filed Under The Opap Program Should Be Emailed To Opap@uscg.mil And The Contracting Officer.
election Of Forum. After An Interested Party Protests A Coast Guard Procurement To The Contracting Officer Or The Ombudsman, And While The Protest Is Pending, The Protester Agrees Not To File A Protest With The Gao Or Other External Forum. If The Protest Is Filed With An External Forum, The Agency Protest Will Be Dismissed.
Closing Soon26 Feb 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Others
United States
Charter Bus Services For U.s. Coast Guard With Force Readiness Command (forcecom)
Closing Soon2 Mar 2025
Tender AmountRefer Documents
31-40 of 166 active Tenders