Tenders of U S Coast Guard Usa
Tenders of U S Coast Guard Usa
U S COAST GUARD USA Tender
Aerospace and Defence
United States
Repair/modify Composite Panels For Hc-144 Aircraft.
Closing Date20 Jan 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Machinery and Tools
United States
Platform And Gangway Modification
Closing Date20 Jan 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)
5965 01-516-9251
microphone Element
mfg Name: L3 Technologies / L3 Harris
part_nbr: B-2154
qty: 5
all Of These Items Must Be Individually Packaged, Protected And Marked According To Mil-std-2073-1e W/change 1 7 January 2011 Military Packaging; Mil-prf-81705e_amendment-1 Barrier Materials, Flexible, Electrostatic Discharge Protective, Heat-sealable (if Required); And Mil-std-129r Military Marking For Shipment And Storage (mil-std-129r, Section 5, Page 22 Of Spec). Copies Included With This Saps Package. Each Unit To Have Electrostatic Protection Iaw Type Iii, Class I Of Mil-prf-81705e_amendment-1 Barrier Materials, Flexible, Electrostatic Discharge Protective, Heat-sealable; If Required. Each Item To Be Individually Packaged Iaw The Following: Mil-std-2073-1e W/change 17 January 2011, Method 10. Astm-d-3951-10 Packing, Commercial (if Specifically Authorized By The Government). Each Item To Be Individually Marked Iaw The Following: Mil-std-129r 14 Feb 2014 Marking For Shipment And Storage. Bar Coding Required, If Capable, To Comply With The Following: Mil-std-129r 14 Feb 2014 Military Marking For Shipment And Storage. See Section 5, Page 22 Of This Specification For Identification Linear (code 39) And 2d (pdf417) Bar Code Markings And Locations.
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 L3 Harris 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 334310 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 Jan 21th, 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 Date21 Jan 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Others
United States
The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part:
item 1)
nsn: 5330-01-386-5911
gasket Top Cover Insulation Gasket
mfg: Way Wolff
part Number: M-404-2
quantity: 20 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 2025-02 (jan 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 333998 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 Way Wolff 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 Jan 21 2025 At 10:00 Am Eastern Standard Time. Email Proposed Pricing: 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
Closing Date21 Jan 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Open, Inspect And Report Governor
Closing Date21 Jan 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)
5965 01-516-9251
microphone Element
mfg Name: L3 Technologies / L3 Harris
part_nbr: B-2154
qty: 10
all Of These Items Must Be Individually Packaged, Protected And Marked According To Mil-std-2073-1e W/change 1 7 January 2011 Military Packaging; Mil-prf-81705e_amendment-1 Barrier Materials, Flexible, Electrostatic Discharge Protective, Heat-sealable (if Required); And Mil-std-129r Military Marking For Shipment And Storage (mil-std-129r, Section 5, Page 22 Of Spec). Copies Included With This Saps Package. Each Unit To Have Electrostatic Protection Iaw Type Iii, Class I Of Mil-prf-81705e_amendment-1 Barrier Materials, Flexible, Electrostatic Discharge Protective, Heat-sealable; If Required.
each Item To Be Individually Packaged Iaw The Following: Mil-std-2073-1e W/change 17 January 2011, Method 10. Astm-d-3951-10 Packing, Commercial (if Specifically Authorized By The Government).
each Item To Be Individually Marked Iaw The Following: Mil-std-129r 14 Feb 2014
marking For Shipment And Storage.
bar Coding Required, If Capable, To Comply With The Following: Mil-std-129r 14 Feb 2014 Military Marking For Shipment And Storage. See Section 5, Page 22 Of This
specification For Identification Linear (code 39) And 2d (pdf417) Bar Code Markings And Locations.
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 L3 Harris 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 334310 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 Jan 21th, 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:
52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards (june 2020)
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)
52.225-3, Buy American--free Trade Agreements--israeli Trade Act (nov 2023)
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 Date21 Jan 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Others
United States
Technical Services To Rebuild 3b Turbo And Repair Oil Leak
background. Hamilton Has Had The Oil Seals In The3b Turbo Fail On The Port Main Diesel Engine. There
is Also An Oil Leak On The Drive End Of The Engine That Needs Repair.
1. Scope. Mtu Rolls Royce Solutions America Qualified Tech Rep To Repair 3b Turbo And Restore The
main Diesel Engine To Normal Operation. The Tech Rep Will Be Responsible For The Following:
Overhaul The 3b Turbo On The Port Mde.
Repair Oil Leak On The De Of The Mde
Restore The Mde To Normal Operation.
2. Gfe: Parts Have Been Ordered And Are Located On Hamilton. All Parts Were Procured Separately
form Rrsa.
3. Tasks. The Contractor Shall Provide Technical Expertise For Renewal Or Repair Of The Equipment To
normal Operation.
4. Delivery. Contractor Shall Provide A Final Report Within 3 Days Of Contract Period Of Performance.
5. Place Of Performance- Cgc Hamilton In Charleston Sc.
6. Period Of Performance- 28 Jan 2025 – 28 Feb 25
7. Points Of Contact.
10.1. Uscg-sflc-lre Pl Asset Management: Cwo Matthew Temple, Matthew.temple@uscg.mil,
510-460-8195 Send All Offers Via Email To Tyler.k.melton@uscg.mil No Later Than Monday, January 27th 2025 At 0800 Pst.
Closing Date27 Jan 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 Expansion Joint Pipe
nsn:)4730-01-624-4228
mfg: American Boa
part Number# 26” Fsp-0005-15
quantity: 2 Each
each Item Shall Be Individually Packaged In
accordance With
mil-std-2073-1e Method
10, Preserved As Appropriate To Prevent
corrosion As
necessary. Wrapped, Cushioned
or Secured To Packaging To Prevent Movement.
packed In An
appropriately Sized Astmˇd6251 Type Iii, Class
1
wood-cleated Panelboard Shipping Box Or Astmd6880
class 2
heavy Duty Screwed Wooden Box. Shipping Box Or
wooden Crate
shall Be Skid Mounted
for Forlift Use.
each Package Shall Be Marked Iaw Mil-std-129r
except Bar
coded Iaw Iso/iec-16388-
2007, Code 39 Symbology. Marking And Bar Coding
shall Face
the Forklift Operator.
delivery Shall Be F.o.b. Destination To Uscg Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore Md 21226
required Delivery Date No Later Than: 2/24/25
this Is A Combined Synopsis/solicitation For A Commercial Item Prepared In Accordance With The Format Outlined In Far Subpart 12.6, Fac 2023-01 (dec 2022) 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 332912 Solicitation Is And The Business Size Standard Is 750. The Resultant Purchase Order Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far 13
all Responsible Sources May Submit A Quotation Via Email To Nina.m.crosby@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 1-27-25 2 Pm 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 (nov 2021); Far 52.212-3, Offeror Representations And Certifications-commercial Items (feb 2021) 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 52.212-5 Are Applicable: Far 52.219-6 Notice Of Total Small Business Set-aside (nov 2020)(15 U.s.c. 644), Far 52.219-28, Post Award Small Business Program Representation (oct2022)(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 2016) (e.o. 13126); Far 52.222-21, Prohibition Of Segregated Facilities (april 2015); Far 52.222-26, Equal Opportunity (april 2015)(e.o. 11246); Far 52.222-36, Equal Opportunity For Workers With Disabilities (july 2014); Far 52.223-18 Contractor Policy To Ban Text Messaging While Driving (aug 2011) (e.o. 13513); Far 52.225.1 Buy American Act-supplies (may 2014); Far 52.225-3, Buy American Act-free Trade Agreement (dec 2022)(41 U.s.c. 10a-10d); Far 52.225-13, Restrictions On Certain Foreign Purchases (jun 2008); 52.232-33, Payment By Electronic Funds Transfer-central Contractor Registration (july 2013)(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 Date27 Jan 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Others
United States
This Is A Request For Information (rfi)/sources Sought Notice. This Is Not A Request For Proposals And In No Way Obligates The Government To Award Any Contract. The United States Coast Guard (uscg), Surface Forces Logistics Center (sflc), Engineering Services Division Is Conducting Market Research To Identify Qualified, Commercially Available Sources For Fuel Testing Services For Uscg Vessels And Other Vessels Specifically Identified By The Coast Guard. Uscg Is Seeking Qualified Contractors That Can Also Provide And Ship Fuel Sample Kits Worldwide, Shipping Fuel Samples Domestically And/or Internationally To The Contractor’s Fuel Laboratory, Conducting The Required Fuel Sample Analysis, Assuring Quality Of Fuel Analysis Results, Retention And Disposal Of Fuel Samples, And Reporting Fuel Analysis Results To The Uscg As Applicable.
*please Reply With Your Capabilities And Complete The Attached Market Research Questionnaire.
reponses Must Include A Business Point Of Contact, Phone Number, Email Address And Cage Code. The Applicable North American Industry Classification Standard Code (naics) Is 541380 Testing Laboratories And Services. The Small Business Size Standard Is $19.0m In Average Annual Receipts. Responses To This Sources Sought Notice Should Also State Whether The Business Is Currently Classified As Large, Small, Small Disadvantaged, 8(a), Hubzone Small Business, Women Owned, Veteran Owned, Service Disabled Veteran Owned Small Business Concern Under Naics 541380.
this Sources Sought Notice Does Not Constitute A Request For Proposal And Is Not To Be Construed As A Request For An Offer. Therefore, There Will Be No Evaluation Of Responses To This Notice For Contract Award Purposes. Reimbursement Will Not Be Made For Any Costs Associated With Providing Information In Response To This Announcement And Any Follow-up Information Requests.
responses And Questions Regarding This Notice Shall Be Submitted In Writing To Carol Dreszer, Email: Carol.l.dreszer@uscg.mil
Closing Date22 Jan 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Textile, Apparel and Footwear
Corrigendum : Closing Date Modified
United States
A00001 - The Response Date For This Combined Synopsis/solicitation Has Been Extended Until January 23, 2025 At 2:00 Pm Est.
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 70z03825qj0000146 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-02 Effective January 3, 2025.
the Applicable North American Industry Classification Standard Code Is 336413. The Small Business Size Standard Is 1,250. 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: Skin, Cabin Material
national Stock Number: 1560-01-hs3-5325
part Number: 70203-82300-104
quantity: 4 Ea
requested Delivery: 02/23/2025
at The Time Of Award, The Uscg Intends To Place An Order For The Purchase Of Four (4) Item(s). Iaw Federal Acquisition Regulation (far) 52.217-6 The Uscg May Require Ten (10) Additional Items For A Maximum Quantity Of Fourteen (14) 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), Sikorsky Aircraft Corporation (cage Code 78286). Traceability Means A Clear, Complete, Documented, And Auditable Paper Trail Which Traces Each Step From An Oem To Its Current Location. 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. “new Surplus” Will Be Considered With Approval From Medium Range Recovery (mrr) Engineering. If Quoting New Surplus Items, Photos Of Packaging And/or Items Must Be Included With The Quotation.
note: No Drawings, Specifications Or Schematics Are Available From This Agency.
see Attachment 1 - “terms And Conditions – 70z03825qj0000146” For Applicable Clauses, Instructions And Evaluation Criteria.
closing Date And Time For Receipt Of Offers Is 1/23/2025 At 2:00 Pm Eastern Time. Anticipated Award Date Is On Or About 1/26/2025. E-mail Quotations May Be Sent To Paige.e.kressley@uscg.mil And Mrr-procurement@uscg.mil. Please Indicate 70z03825qj0000146 In The Subject Line.
Closing Date23 Jan 2025
Tender AmountRefer Documents
91-100 of 311 archived Tenders