Tenders of U S Coast Guard Usa

Tenders of U S Coast Guard Usa

U S COAST GUARD USA Tender

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 70z03824qj0000381 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2024-05, Effective 22 May 2024. 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: Bearing national Stock Number: 3110-01-386-7782 manufacturer Cage Code: 32828 part Number: Kc160xp0 alternate Manufacturer Cage Code: 0s2w9 alternate Part Number: Sc160xp0 quantity: 15 Each requested Delivery: 01-dec-2024 at The Time Of Award, The Uscg Intends To Place An Order For The Purchase Of Fifteen (15) Item(s). Iaw Federal Acquisition Regulation (far) 52.217-6 The Uscg May Require Fifteen (15) 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. all Parts Shall Have Clear Traceability To The Original Equipment Manufacturer (oem), Kaydon Corporation (cage Code 32828) Or Mechatronics, Inc (cage Code 0s2w9). Traceability Means A Clear, Complete, Documented, And Auditable Paper Trail Which Traces Each Step From An Oem To Its Current Location. Concerns Having The Expertise And Required Capabilities To Provide These Items Are Invited To Submit Offers In Accordance With The Requirements Stipulated In This Solicitation. 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. Offerors Must Be Able To Provide Necessary Certification Including Traceability To The Manufacturer, Manufacturer's Coc And Its Own Certificate Of Conformance To Ensure Parts Are In Airworthy Condition, Suitable For Installation On Uscg Aircraft. Prospective Vendors Who Are Not The Oem Or Must Provide Traceability For The Offered Product Back To The Manufacturer. all Parts Shall Be New Approved Parts. note: No Drawings, Specifications Or Schematics Are Available From This Agency. see Attachment 1 - “terms And Conditions – 70z03824qj0000381” For Applicable Clauses, Instructions And Evaluation Criteria. closing Date And Time For Receipt Of Offers Is 7/24/2024 At 2:00 Pm Eastern Time. Anticipated Award Date Is On Or About 7/26/2024. E-mail Quotations May Be Sent To Adam.a.finnell@uscg.mil. Please Indicate 70z03824qj0000381 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. 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: Solicitation/contract Number, Contracting Office, Contracting Officer, And Solicitation Closing Date (if Applicable). 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. 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 Submitted Electronically To Opap@uscg.mil And The Contracting Officer Or By Hand Delivery To 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 Date24 Jul 2024
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

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 The Only Solicitation; Quotes Are Being Requested And A Separate Written Solicitation Will Not Be Issued. solicitation Number 70z04024q50276b00 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 2024-1, Effective, (22 January 2024)). it Is Anticipated That A Competitive Price Purchase Order Shall Be Awarded Because 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. quotes Will Be Evaluated 1st By Who Can Provide All The Requested Items, Then Delivery Time Frame And Finally By Price. the United States Coast Guard Surface Forces Logistics Center Has A Requirement For The Following Items: please Quote With Delivery To Zip Code 21226 - No Substitutions. vendor Shall Provide: all Items Listed In The Attached Parts List And No Substituions Will Be Authorized Without Approval From Uscg Yard Technical Experts. item 1): Seat, Marine nsn: 2090-20-013-1754 stowable Sling Seat P/n Swp-1061; Drawing Id: Swp-1061 Revision: 05 individual Package In Accordance With Mil-std-2073-1e Method 10 cushioning Materials, Dunnage, Blocking And Bracing Shall be Applied As Required To Protect The Items And The Enclosed Media And Restrict The Movement Of The Item Within The Container. **commercial Packaging Acceptable Which protects The Item Through Multiple Shipments And Storage** multipack Is Acceptable, Where Applicable. items Individually Packaged, Shipped In Same Container. markings: Iaw Mil-std-129r And Bar Coded Iaw iso/iec-16388-2007, Code 39 Symbology. mfg Name: Professional Components Ltd part_nbr: Swp-1061 quantity: 25 unit Price: total Amount: required Delivery Date On Or Before: On Or Before 09/15/2024. promised Delivery Date: _________________ item 2): Seat, Marine nsn: 2090-20-013-1756 seat Marine P/n Swp-1065. Base Model Only. each Swp-1065 Includes::-suspension Module (shock, Carriage Wheels And frame) -fold Down Seat Base Assembly With Weldment And cushions -height Adjust System (button And Release Cable to Be Included But Not Attached As Assembly Is Determined By The seats Position On The Boat) the Seats Will Not Include: -deck Mounts Or Deck Mount Hardware -deck Slide (coxswain) -footrest (navigator) -armrests, Protune Armrest, Hand Grips -parts Related To Rear Seat Gun Mount Or Fire Extinguisher instructions Included For Assembly For Each Position On The boat. individual Package In Accordance With Mil-std-2073-1e Method 10 cushioning Materials, Dunnage, Blocking And Bracing Shall be Applied As Required To Protect The Items And The Enclosed Media And Restrict The Movement Of The Item Within The Container. **commercial Packaging Acceptable Which Protects The Item through Multiple Shipments And Storage** multipack Is Acceptable, Where Applicable. items Individually Packaged, Shipped In Same Container. markings: Iaw Mil-std-129r And Bar Coded Iaw iso/iec-16388-2007, Code 39 Symbology. mfg Name: Professional Components Ltd part_nbr: Swp-1065 quantity: 10 unit Price: total Amount: required Delivery Date On Or Before: On Or Before 09/15/2024. promised Delivery Date: _________________ ** Total Cost Shall Have Delivery And Any Freight Charges Included. ** ** Shipping: Fob Destination Required. ** ship To: Uscg Surface Forces Logistics Center 2401 Hawkins Point Road Receiving Room- Building 88 Baltimore, Md 21226 (vii) The Following Far Clauses Apply To This Solicitation. Offerors May Obtain Full Text Versions Of These Clauses Electronically At Http://www.acquisition.gov/far. far 52.212-1 Instructions To Offerors-commercial Items (sep 2023). Parties Responding To This Solicitation May Submit Their Offer In Accordance With Their Standard Commercial Practices (e.g., On Company Letterhead Formal Quote Form, Etc.) But Must Include The Following Information: 1) Company’s Complete Mailing And Remittance Addresses 2) Discounts For Prompt Payment If Applicable 3) Cage Code 4) Dun & Bradstreet Number 5) Taxpayer Id Number 6) Price And Delivery Information 7) Provide One (1) Relevant Past Performance Reference Including Name Of Contractor, Point Of Contact And Telephone Number. 8) Offerors Shall Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Items With Their Offer. (viii) Far 52.212-2 Evaluation-commercial Items (nov 2021). – The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government. Award Will Be Lowest Technically Acceptable. The Government Intends To Award On An All Or None Basis To A Responsible Offeror Whose Offer Conforms To The Solicitation And Provides The Government With The Lowest Technically Acceptable. The Evaluation And Award Procedures In Far 13.106 Apply. The U.s. Coast Guard Surface Forces Logistics Center Intends To Award A Firm Fixed Price Contract. (ix) Far 52.212-3 Offeror Representations And Certifications-commercial Items (nov 2023) Shall Be Submitted With Their Offers. The Use Of The System For Award Management (sam) Website Located At Https://www.sam.gov/portal Is Mandatory. If The Offeror Has Not Completed The Annual Representations And Certifications Electronically, The Offeror Shall Complete Only Paragraphs (c) Through (u) Of This Provision Far 52.212-3 Which Can Be Obtained Electronically At Https://www.acquisition.gov. (x) Far 52.212-4 Contract Terms And Conditions-commercial Items (nov 2023) Applies To This Acquisition. (xi) Far 52.212-5 Contract Terms And Conditions Required To Implement Statues Or Executive Orders, Commercial Items (jan. 2019). The Following Clauses Are Incorporated: 52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards (oct 2016) (pub. L. 109-282) (31 U.s.c. 6101 Note). 52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (oct 2014) (if The Offeror Elects To Waive The Preference, It Shall So Indicate In Its Offer) (15 U.s.c. 657a) 52.219-6 Notice Of Total Small Business Aside (nov 2011) (15 U.s.c. 644) 52.219-13, Notice Of Set-aside Of Orders (nov 2011) (15 U.s.c. 644 ®). 52.219-28, Post Award Small Business Program Representation (jul 2013) (15 U.s.c. 632 (a) (2)). 52.222-3 Convict Labor (june 2003) (e.o. 11755) 52.222.19 Child Labor-cooperation With Authorities And Remedies (jan 2018) (eo 11755) 52.222-21, Prohibition Of Segregated Facilities (apr 2015) 52.222-26 Equal Opportunity (sept 2016) (e.o. 11246) 52.222-36 Affirmative Action For Workers With Disabilities (jul 2014) (29 U.s.c. 793) 52.222-50, Combating Trafficking In Persons (mar 2015) 52.223-18, Contractor Policy To Ban Text Messaging While Driving (aug 2011) (eo. 13513) 52.225-3, Buy American-free Trade Agreements- Israeli Trade Act (may 2014) (41 U.s.c. Chapter 83, 19 U.s.c. 3301 Note, 19 U.s.c. 2112 Note, 19 U.s.c. 3805 Note, 19 U.s.c 4001 Note, Pub L. 103-182,108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43) 52.225-13, Restrictions On Certain Foreign Purchases (jun 2008) (e. O’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury). 52.232-33 Payment By Electronic Funds Transfer Central Contractor Registration (jul 2013) (21 U.s.c. 3332). 52.233-3 Protest After Award (aug 1996) 52.233-4 Applicable Law For Breach Of Contract Chain (oct. 2004). The Following Items Are Incorporated As Addenda To This Solicitation: (uscg) (dec 2003), Hsar Clause 3052.209-70 Prohibitions On Contracts With Corporation Expatriates. Hsar 3052.242-71 Dissemination Of Contract Information (dec 2003); Copies Of Hsar Clauses May Be Obtained Electronically At: Copies Of Hsar Clauses May Be Obtained Electronically At Http://www.dhs.gov (xii) See Required Documents For Scanned Copies Of Each Item Requested. (xiii) Defense Priorities And Allocations System (dpas): N/a (xiv) Proposals May Be Emailed To Kimberly.j.wooters@uscg.mil 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 Method. 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 Material Shall Be Marked In Accordance With Mil-std-129r And Barcoded Unless Otherwise Authorized By The Contracting Officer. All Material Will Have The Purchase Order Number, National Stock Number (if Applicable), Vendor Name And Part Number Clearly Marked On The Exterior Of All Material Shipped. all Deliveries Are To Be Made Monday Through Friday Between The Hours Of 7:00am To 1:00pm. please Make Sure That Any Changes In Delivery Timeframes Or Tracking Information Get Sent To D05-smb-sflc-cpd-cp3-sap-admin@uscg.mil. invoicing In Ipp electronic Submission Of Payment Requests (a) Definitions. As Used In These Instructions - (1) “payment Request” Means A Bill, Voucher, Invoice, Or Request For Contract Financing Payment With Associated Supporting Documentation. The Payment Request Must: Comply With The Requirements Identified In Far 32.905(b), “content Of Invoices” And The Applicable Payment Clause Included In This Contract. In Addition, Discount Offerings And Small Business Status If Available Shall Be Stated. If Travel Was Allowable And Approved, Components In Accordance With Far 31.205-46 Shall Be Provided. (b) The Contractor Shall Submit Payment Requests Electronically Using The Invoice Processing Platform (ipp). The Contractor Will Submit Payment Requests Using The Blank Form In Ipp. (c) Information Regarding Ipp, Including Ipp Customer Support Contact Information, Is Available At Www.ipp.gov Or Any Successor Site. (d) Ipp Enrollment Information Is At Https://www.uscg.mil/fincen/ipp/ it Is Now A Requirement That All Invoicing For Purchase Orders Will Now Be Entered And Processed Through Https://www.ipp.gov. additional Clauses hsar 3052.212-70contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items. as Prescribed In (hsar) 48 Cfr 3012.301, Insert The Following Clause: contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items (sep 2012) the Contractor Agrees To Comply With Any Provision Or Clause That Is Incorporated Herein By Reference To Implement Agency Policy Applicable To Acquisition Of Commercial Items Or Components. The Provision Or Clause In Effect Based On The Applicable Regulation Cited On The Date The Solicitation Is Issued Applies Unless Otherwise Stated Herein. The Following Provisions And Clauses Are Incorporated By Reference: [the Contracting Officer Should Either Check The Provisions And Clauses That Apply Or Delete The Provisions And Clauses That Do Not Apply From The List. The Contracting Officer May Add The Date Of The Provision Or Clause If Desired For Clarity.] (a)provisions. _x__3052.247-72 F.o.b. Destination Only. (end Of Clause) (xiv) Defense Priorities And Allocations System (dpas) Ratings Are Not Applicable. (xv) Quotes Are Due Not Later Than 24 Ju\ly 2024, By 12:00 Pm Eastern Daylight Savings Time (dst). (xvi) All Questions Regarding This Notice Shall Be Submitted In Writing To Kimberly.j.wooters@uscg.mil No Later Than Xxxxxx. Quote Shall Be Emailed To Kimberly.j.wooters@uscg.mil .
Closing Date24 Jul 2024
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Corrigendum : Closing Date Modified
United States
A00002 - The Response Date For This Solicitation Has Been Extended Until July 24, 2024 At 2:00 Pm Edt. a00001 - The Response Date For This Solicitation Has Been Extended Until July 10, 2024 At 2:00 Pm Edt. 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 70z03824qj0000364 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2024-05 Effective 22 May 2024. the Applicable North American Industry Classification Standard Code Is 488190. The Small Business Size Standard Is $40 Million. 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 The Repair Of Color Weather Radar, On A Competitive Basis As A Result Of This Synopsis/solicitation. Pricing Should Be Provided On “attachment 1 – Schedule – 70z03824qj0000364.” the Original Equipment Manufacturer (oem) Of This Item Is Honeywell International (cage Code 22373). All Repairs Shall Be Performed By The Oem Or An Oem Authorized Repair Facility. Offerors Who Are Oem Authorized And Have The Expertise And Required Capabilities To Repair These Items Are Invited To Submit Quotations In Accordance With The Requirements Stipulated In This Solicitation. 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. note: No Drawings, Specifications Or Schematics Are Available From This Agency. list Of Attachments: attachment 1 – Schedule – 70z03824qj0000364. attachment 2 – Statement Of Work – 70z03824qj0000364. attachment 3 - “terms And Conditions – 70z03824qj0000364” For Applicable Clauses, Instructions And Evaluation Criteria. attachment 4 – Wage Determinations Maricopa County Az – 70z03824qj0000364. attachment 5 – Wage Determinations Tarrant County Tx – 70z03824qj0000364. closing Date And Time For Receipt Of Offers Is 7/24/2024 At 2:00 Pm Eastern Time. Anticipated Award Date Is On Or About 7/26/2024. E-mail Quotations May Be Sent To Mrr-procurement@uscg.mil, Attention Michelle Monds. Please Indicate 70z03824qj0000364 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. 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: Solicitation/contract Number, Contracting Office, Contracting Officer, And Solicitation Closing Date (if Applicable). 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. 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 Submitted Electronically To Opap@uscg.mil And The Contracting Officer Or By Hand Delivery To 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 Date24 Jul 2024
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

United States
Purchase Reservoirs For The Lru-25 Life Raft
Closing Date24 Jul 2024
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

United States
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 70z03824qe0000059 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2024-05 Effective 22 May 2024. the Applicable North American Industry Classification System Code Is 333310. The Small Business Size Standard Is 1000 Employees. This Is An Unrestricted Requirement. All Responsible Sources May Submit A Quotation, Which Shall Be Considered By The Agency. this Is A Brand-name Requirement Using The Authority In Far 6.302-1(c). 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. It Is Anticipated That A Firm-fixed Price Purchase Order Will Be Awarded On A Brand Name Basis For The Items Listed In The Following Schedule Of Supplies. 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), Elbit Systems Of America – Night Vision Llc (cage Code 13567). Traceability Means A Clear, Complete, Documented, And Auditable Paper Trail, Which Traces Each Step From An Oem Or Distributor To Its Current Location. All Items Shall Be New Approved Items. 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. 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 Or An Authorized Distributor Must Provide Traceability For The Offered Product Back To The Manufacturer Or Authorized Distributor. schedule Of Supplies line Item 1 nomenclature: Nvg Soho Mounts nsn: 5855-01-527-5700 part Number: 271073-2 quantity: Twenty (20) Each (ea) optional Quantity: * Up To An Additional 40 Each manufacturer Cage Code: 13567 required Delivery Date: 01 October 2024 *52.217-6 Option For Increased Quantity Mar 1989 at The Time Of Award, The Uscg Will Place An Order For The Purchase Of Twenty (20) Each Nvg Soho Mounts. In Accordance With Far Clause 52.217-6, The Uscg May Require Additional Nvg Soho Mounts Up To A Maximum Of Forty (40) Each 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. note: No Drawings, Specifications, Or Schematics Are Available From The Uscg. please Carefully Review This Solicitation’s Attachments For Additional Information On This Requirement Such As Instructions To Offerors, Evaluation Criteria And Applicable Clauses. 1) Attachment 1 Schedule Of Supplies 2) Attachment 2 Terms And Conditions 3) Attachment 3 24qe0000059 J And A Redacted the Closing Date And Time For Receipt Of Offers Is 26 July 2024 At 11:59 P.m. Eastern Time. anticipated Award Date Is On Or About 30 July 2024. Email Quotations Are Preferred And May Be Sent To Denise.j.bulone@uscg.mil. Please Indicate 70z03824qe0000059 In The Subject Line.
Closing Date27 Jul 2024
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Others
Corrigendum : Closing Date Modified
United States
Uscgc Richard Dixon Ds Fy25 the Place Of Performance Has Been Updated To Base Miami Beach, Florida.
Closing Date25 Jul 2024
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

United States
Nsn 4010 01 606 0488 qty 08ea nsn 4010 01 620 9604 qty 30ea
Closing Date25 Jul 2024
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

United States
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 70z03824qe0000051 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) Number 2024-05, Effective 22 May 2024. the Applicable North American Industry Classification System (naics) Code Is 335910. The Small Business Size Standard Is 1,250 Employees. This Solicitation Is 100% Set-aside For Small Business. it Is Anticipated That A Firm-fixed Price Purchase Order Will Be Awarded On A Competitive Basis For The Items Listed In The Following Schedule Of Supplies. Concerns Having The Expertise And Required Capabilities To Provide These Items Are Invited To Submit Offers In Accordance With The Requirements Stipulated In This Solicitation. All Items Shall Be New Approved Items. please Carefully Review This Solicitation’s Attachments For Additional Information On This Requirement Including Evaluation Criteria, Salient Characteristics, And Applicable Clauses. attachments attachment 1 – 70z03824qe0000051 Schedule Of Supplies attachment 2 – 70z03824qe0000051 Terms And Conditions attachment 3 – 70z03824qe0000051 Statement Of Work the Closing Date And Time For Receipt Of Offers Is 25 July 2024 At 4:30 P.m. Est. All Bidders Questions Shall Be Submitted By 18 July 2024 At 4:30 P.m. Est. Anticipated Award Date Is On Or About 1 August 2024. Email Quotations Are Required And Shall Be Sent To Madison.l.coker@uscg.mil. Please Indicate 70z03824qe0000051 In The Subject Line.
Closing Date25 Jul 2024
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

United States
70z03024qclev0112 - Uscg Sector Northern Great Lakes Housing Flooring Replacement Project
Closing Date26 Jul 2024
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

United States
This Is A Combined Synopsis/solicitation Nr 52000qr240006303 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 61143. 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: crane Operator And Rigging Training 2. Delivery Location: uscg Base Nola/ipf 1790 Saturn Blvd new Orleans, La 70129 3. Period Of Performance Date: august 5th - 9th, 2024 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 26 July 2024 At 4:30 P.m Eastern Standard Time. Email Quotes Are Acceptable And Should Be Sent Skc Damon Jones At Email Address – Damon.d.jones@uscg.mil And Sk1 Norbert Tan - Norbert.t.tan@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 Damon D. Jones Via Email Damon. D. Jones@uscg.mil And Telephone (571) 607-9385; Any Technical Questions Regarding The Training Will Be Answered By: John.addaman@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 52.222-21 - Prohibition Of Segregated Facilities (apr 2015) Far 52.222-26 - Equal Opportunity (sep 2016) 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.
Closing Date26 Jul 2024
Tender AmountRefer Documents 
1-10 of 3321 archived Tenders