Tenders of U S Coast Guard Usa

Tenders of U S Coast Guard Usa

U S COAST GUARD USA Tender

Machinery and Tools
Corrigendum : Closing Date Modified
United States
*31jan25 this Solicitation Is Being Extended Till Tuesday, February 4, 2025, 10am Est. this Is A Combined Synopsis/solicitation For Commercial Products Or Commercial Services Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. the Solicitation Number Is 70z03325qbasea017 And Is Issued As A Request For Quotation (rfq). the Contract Will Be Awarded Based On Lowest Price Technically Acceptable, Technical Capabilities, Past Performance And Price. description Of Requirement:scaffold Rental And Assembly. the Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Fac# 2023-05 Effective Date 08/08/2023, Hsar 12/26/2024, Hsam 12/30/2024, Cgap 12/11/2024. The Service Contract Act Wd # 2015-5563 Revision # 24 Date Of Last Revision 12/23/2024 Applies. instructions To Offerors, Evaluation Criteria, And All Applicable Far Provisions And Clauses Are Attached. this Acquisition Is Set-aside 100% Forsmall Business. the Associated Naics Code Is 238990. size Standards In Millions Of Dollars Is $16.5 description/statement Of Work/specification: Please Refer To Attachment – Statement Of Work. submit Quotes To The Following E-mail Address By The Offer Due Date And Time. attn: John Mangune E-mail Address: John.a.mangune@uscg.mil With Solicitation Rfq Number 70z03325qbasea017 In Subject Line. all Questions Regarding This Solicitation Shall Be Submitted In Writing To The Contractingspecialist At John.a.mangune@uscg.mil With Solicitation Rfq Number 70z03325qbasea017. all Offers Are Due To The Contracting Specialist At John.a.mangune@uscg.mil By 10 Am (est) Monday, February 03, 2024.
Closing Date4 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 70z03825qj0000178 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 16 January 2025. the Applicable North American Industry Classification Standard Code Is 336413. The Small Business Size Standard Is 1,250 Employees. This Is An Unrestricted Requirement. All Responsible Sources May Submit A Quotation Which Shall Be Considered By The Agency. it Is Anticipated That A Firm-fixed Price Purchase Order Will Be Awarded On A Sole Source Basis As A Result Of This Synopsis/solicitation For The Following Item(s): item Name: Strut, A/c Diag. R/h part Number: Tem-100838-4 national Stock Number: 1680-01-hs3-5053 quantity: 7 manufacturer Cage Code: 1xmk4 at The Time Of Award, The United States Coast Guard (uscg) Will Place An Order For The Quantity Seven (7) Items. In Accordance With Federal Acquisition Regulation (far) 52.217-6, The Uscg May Require Seven (7) Additional Items For Up To A Maximum Quantity Of Fourteen (14) Items At The Same Price And Lead Time As The Original Order Within 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. only The Items Requested In This Solicitation Will Be Considered For Award. All Items Shall Have Clear Traceability To The Original Equipment Manufacturer (oem), Tem, Inc. (cage Code 1xmk4). Traceability Means A Clear, Complete, Documented, And Auditable Paper Trail Which Traces Each Step From An Oem To Its Current Location. the Contractor Shall Furnish A Coc In Accordance With Federal Acquisition Regulation (far) Clause 52.246-15. Coc Must Be Submitted In The Format Specified In The Clause. Offerors Must Be Able To Provide Necessary Certification Including Traceability To The Manufacturer, Manufacturer's Coc And Its Own Certificate Of Conformance. note: No Drawings, Specifications Or Schematics Are Available From This Agency. see Attachment 1 - “terms And Conditions – 70z03825qj0000178” For Applicable Clauses, Instructions And Evaluation Criteria. see Attachment 2 – “justification And Approval For Other Than Full And Open Competition 70z03825qj0000178” closing Date And Time For Receipt Of Offers Is 2/4/2025 At 2:00 Pm Eastern Time. Anticipated Award Date Is On Or About 2/6/2025. E-mail Quotations May Be Sent To Kristen.l.allen3@uscg.mil. Please Indicate 70z03825qj0000178 In The Subject Line.
Closing Date4 Feb 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Electrical Goods and Equipments...+1Electrical and Electronics
United States
The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part: item 1) 6 130 01-557-1378 power Supply, Ups mfg Name: Schneider Electric It Corporation part_nbr: Smt1500rmx93 qty: 40 /ea uninteruptable Power Supply, Rack Mounted; 120 V Ac Input, 120 V Ac Output, 1.44 Kva - W/ Lead Acid Battery Dimensions: 18" L X 3.5" H X 19" W Application: Power Supply For The Server Network For Seawatch (sccs). End Use 418 Ft Wmsl, Wmec 270, Wmec 210, 225 Wlb, 175 Wlm, Wtgb 140, Eagle. Apl: 00046864 Sua1500r2x93 (0gm77), Apc Smart-ups 1500va Rm Reference Eilsp And Ess On Tiscom Website. ** Note** Vendor States P/n Listed Above Is Now Obsolete And Recommends New P/n Smt1500rmx93 Wiith Comparible Specs sp Pp&m-001 individually Packaged And Labeled delivery Shall Be F.o.b. Destination To Uscg Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore Md 21226 brand Name Part Is Mandatory To Be Considered For Award, Offers Of “equal” Products Must Meet The Salient Physical, Functional, Or Performance Characteristic Specified In This Solicitation And Uscg Will Determine If Alternate Part Is Acceptable 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 423610 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 4, 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 Date4 Feb 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Others...+1Electrical and Electronics
United States
A00001 - The Response Date For This Combined Synopsis/solicitation Has Been Extended Until January 3, 2025 At 2:00 Pm Est. this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With 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 70z03825qj0000090 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-01 Effective 12 November 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 Repair Of Power Unit, Aircraft On A Competitive Basis As A Result Of This Synopsis/solicitation. Pricing Should Be Provided On Attachment 1 – Schedule-70z03825qj0000090. the Original Equipment Manufacturer (oem) Of This Item Is Honeywell International (cage Code 99193). All Repairs Shall Be Performed By The Oem Or An Oem Authorized Repair Facility. Concerns That Are Oem Authorized Have The Expertise And Required Capabilities To Repair This Item Are Invited To Submit Offers 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. see : attachment 1-“schedule-70z03825qj0000090” attachment 2–“statement Of Work-70z03825qj0000090” attachment 3 -“terms And Conditions – 70z03825qj0000090” For Applicable Clauses, Instructions And Evaluation Criteria attachment 4 -“wage Determination Broward County-70z03825qj0000090” attachment 5 -“wage Determination Forsyth County-70z03825qj0000090” attachment 6 -“wage Determination Dade County-70z03825qj0000090” closing Date And Time For Receipt Of Offers Is 1/3/2025 At 2:00pm Eastern Standard Time. Anticipated Award Date Is On Or About 1/16/2025. E-mail Quotations May Be Sent To Michelle.r.monds@uscg.mil And Mrr-procurement@uscg.mil. Please Indicate 70z03825qj0000090 In Subject Line.
Closing Date3 Jan 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Machinery and Tools
United States
This Is A Combined Synopsis/solicitation For Commercial Items/services Prepared In Accordance With The Format In Far Subpart 12.6 As Supplemented With Additional Information Included In This Notice. Request For Quotations Number Is 70z085q250001677and Is Issued As A Request For Quotations (rfq). This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. This Request For Quotations Incorporates Provisions And Clauses In Effect Through Federal Acquisition Circular 2005-65 Dated January 29, 2013. The Naics Code Is 336611. The Small Business Size Standard Is 1250. This Is A Total Small Business Set Aside. All Responsible Sources May Submit Proposals That Will Be Considered By The Agency. The Contract Will Be Awarded On A Firm-fixed-price Basis Using Simplified Acquisition Procedures In Accordance With Far Part 13.5. All Responses From Interested Vendors Must Be Received On/before 0800am Pacific Time, January 5th 2025, And Will Be Reviewed By The government And Awarded Based Off Lowest Price Technically Acceptable. the United States Coast Guard Surface Force Logistics Center Has A Requirement For The following: the Ctr Shall Provide: qty p/n description 1 9905-373 woodward, Dslc, Digital Synchronizer Load Control 1 c.c. Fees (if Any) credit Card Fees, If Applicable. 1 shipping ship To Cgc Bertholf (wmsl 750) Homeport Location. delivery Address: uscg Sflc-lre-ams attn: Mkcm Bryan Briggs 1 Eagle Rd. Bldg 42 alameda, Ca 94501 questions And Quotes Shall Be Emailed To Brenden.s.cox@uscg.mil And Bryan.p.briggs@uscg.mil. Contractors Are Responsible For Verifying Receipt Of Quotes. interested Vendors Please Sign An Official Quote With A Sam.gov Registered Dunsnumber And Email To Brenden.s.cox@uscg.mil And Bryan.p.briggs@uscg.mil.
Closing Date5 Jan 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Civil And Construction...+1Others
United States
Coast Guard Station Fort Myers Beach Floating Pier Potable Water/sewage Pipe Install
Closing Date3 Jan 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
Open, Inspect And Report Cylinder Head 251 Plus
Closing Date6 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) nsn: 4820-01-687-9733 valve Press Relief utilized On 154 Class Cutter mfg: Taylor Valve Technology part Number: 83e2051839-35 quantity: 50 Each *brand Name Mandatory* 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 2025-01 (nov 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 332911 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. 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 06, 2025 At 10:00 Am Eastern Standard Time. Email Proposed Quote To: 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 Date6 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 Pump, Axial Pistons nsn:)4320 01-671-8457 mfg: Danfoss Llc part Number#app 3.5 quantity: 10 Each **each Pump Must Be Individually Packaged And marked** package Iaw Mil-std-2073-1e,mil-std-129r each Item Must Be Packaged And Marked Individually 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: 3/19/25 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 333996 Solicitation Is And The Business Size Standard Is 500. 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 1-7-25 9 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 (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 Date7 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 Diplexer nsn: ) 5985 01 620 4869 mfg: Metropole Products Inc part Number# Dfp-106ahw quantity: 7 Each 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. 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: 2/25/25 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 333618 Solicitation Is And The Business Size Standard Is 500. 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 1-7-25 12 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 Date7 Jan 2025
Tender AmountRefer Documents 
111-120 of 291 archived Tenders