Tenders of U S Coast Guard Usa

U S COAST GUARD USA Tender

Others
Corrigendum : Closing Date Modified
United States
A00009 - This Amendment Extends The Solicitation Close Date From May 1, 2025 To May 5, 2025 To At 2:00 Pm Edt. a00008 - This Amendment Extends The Solicitation Close Date From April 24, 2025 To May 1, 2025 To At 2:00 Pm Edt. a00007 - This Amendment Extends The Solicitation Close Date From April 18, 2025 Toapril 24, 2025 At 2:00 Pm Edt. a00006 - This Amendment Extends The Solicitation Close Date From April 11, 2025 Toapril 18, 2025 At 2:00 Pm Edt. a00005 - This Amendment Extends The Solicitation Close Date From April 7, 2025 Toapril 11, 2025 At 2:00 Pm Edt. a00004 - This Amendment Extends The Solicitation Close Date From March 31, 2025 To April 7, 2025 At 2:00 Pm Edt. a00003 - Attachment 1 - Terms And Conditions - 70z03825qj0000159 Have Been Revised To Incorporate The Far Clause 52.223-23 And The Following Changes: system Updates May Lag Policy Updates. The System For Award Management (sam) May Continue To Require Entities To Complete Representations Based On Provisions That Are Not Included In Agency Solicitations, Including 52.223-22, Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals—representation, And Paragraph (t) Of 52.212-3, Offeror Representations And Certifications—commercial Products And Commercial Services. Components Shall Not Consider Or Use These Representations. contracting Officers Will Not Consider The Following Representations When Making Award Decisions Or Enforce Requirements: • Paragraph (d) And (t) Of 52.212-3, Offeror Representations And Certifications—commercial Products And Commercial Services; • Paragraphs (b)(33), (b)(34), (e)(1)(ix), And (e)(1)(x) Of 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services. Additionally, Per This Deviation, In Paragraph (b)(46), E.o. 14057 Does Not Apply; • Paragraphs (e)(1)(ii)(i) And (e)(1)(ii)(j) Of Alternate Ii Of 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services; And • Paragraphs (a)(1)(vii) And (a)(1)(viii) Of 52.213-4, Terms And Conditions—simplified Acquisitions (other Than Commercial Products And Commercial Services). Additionally, Per This Deviation, In Paragraph (b)(1)(xvii), E.o. 14057 Does Not Apply. entities Are Not Required To, Nor Are They Able To, Update Their Entity Registration To Remove These Representations In Sam. a00002 - This Amendment Extends The Solicitation Close Date From January 30, 2025 To March 31, 2025. a00001 - This Amendment Extends The Solicitation Close Date From January 22, 2025 To January 30, 2025. 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 70z03825qj0000159 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 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 Competitive Basis As A Result Of This Synopsis/solicitation For The Following Items: item Name: Shield, Center Con. national Stock Number: 1560-01-hs2-4524 part Number: 70450-81070-111 quantity: 10 Ea requested Delivery: 02/01/2025 at The Time Of Award, The Uscg Intends To Place An Order For The Purchase Of Ten (10) Item(s). Iaw Federal Acquisition Regulation (far) 52.217-6 The Uscg May Require Ten (10) Additional Items For A Maximum Quantity Of Twenty (20) At The Same Price And Lead Time As The Original Order, For Up To Three Hundred And Sixty-five (365) Days After The Initial Award Date. ***please Note That If The Uscg Chooses To Exercise Any Optional Quantity Modifications, Such Modifications Will Be Issued Unilaterally To The Contractor. the Contractor Shall Furnish A Certificate Of Conformance (coc) In Accordance With Federal Acquisition Regulation (far) Clause 52.246-15. Coc Must Be Submitted In The Format Specified In The Clause. all Parts Shall Be New Approved Parts. note: No Drawings, Specifications Or Schematics Are Available From This Agency. see Attachment 1 - “terms And Conditions – 70z03825qj0000159” For Applicable Clauses, Instructions And Evaluation Criteria. closing Date And Time For Receipt Of Offers Is 5/5/2025 At 2:00 Pm Eastern Time. Anticipated Award Date Is On Or About 5/7/2025. E-mail Quotations May Be Sent To Paige.e.kressley@uscg.mil And Mrr-procurement@uscg.mil. Please Indicate 70z03825qj0000159 In The Subject Line.
Closing Date5 May 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Security and Emergency Services
United States
Cgc Cheyennce - Fire Alarm Panel Upgrade
Closing Date5 May 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Machinery and Tools
United States
The United States Coast Guard Surface Forces Logistics Center Has An Requirement And Requesting Quotations For The Following Parts: item 1) nsn: 2040-01-679-3745 hatch, Marine 270 Wmec 1-44-2. p/n: 905-wmec-167-1 Item 6, (list Of Hatches). individual Dog, Idwtflh, 36in X 36in Wtflh With 18in Flush Qawts Scuttle, 8 Dog, Wdw N, Hinge Aft, Matl Steel, Int, Scuttle And Coaming, Hand Fl,. Build In Accordance With Navsea Drawing 805-1624108 & 805-1623054. Ref No: 905-wmec-167-1 Item 6, List of Hatches. Hatch Number 1-44-2. revision: Rev L coaming: Coam Ay Ha Fl Id 8d Stl 36x36 Je-2336 panel: Pan Ay Ha Id Fl 8d Stl 36x36 Je-2336 gasket: Gasket Grv .5x1.2 30d R-sil 10067-001 Rev H Aa-59588 160ft assembly Parts: Ha Ay Part Id Fl 8-d 36x36 Stl Je-2336 [w/18fl] label Plate: Label Pl Hatch & Sc Alu Trans catch Assembly: Catch H'ware Ha Rs Qa Stl 803-1624120 Ay 02,04 Rev F scuttle: 18" Scuttle Qa Fl 3-d Stl 40p 805-1623054 [opt Item] finish: Interior Gvt - Door/hatch/scut 803-2226372 Note 47 Ii Steel topcoat: No masking: No *** Must Be Individually Crated Iaw Mil-std-073-1e And Mark Iaw Sp-pp&m-001*** mfg: United States Coast Guard Yard pn: 905-wmec-167-1 Item 6 qty: 2 Ea delivery Shall Be F.o.b. Destination To Uscg Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore Md 21126, Mark For: Receiving Room Bldg. 88. this Is A Combined Synopsis/solicitation For A Commercial Item Prepared In Accordance With The Format Outlined In Far Subpart 12.6, Fac 2025-03 (jan 17, 2025) And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation. Quotations Are Being Requested, And A Written Solicitation Will Not Be Issued. The Naics Code For This Solicitation Is 332321 And The Business Size Standard Is 500. The Resultant Purchase Order Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far 13.106 Apply. the U.s. Coast Guard Intends To Award On An All Or None Basis To A Responsible Offeror Whose Offer Conforming To The Solicitation Will Be The Most Advantageous To The Government. Award Will Be Lowest Price Technically Acceptable. The Coast Guard Intends To Award On A Firm Fixed Price Contract. all Responsible Sources May Submit A Quotation, Which If Timely Received, Shall Be Considered By The Agency. Companies Must Have Valid Duns Numbers And Be Registered With Systems For Award Management (www.sam.gov) And Shall Provide The Company Tax Information Number With Their Offer. The Closing Date And Time For Receipt Of Quote Is May 5, 2025, At 10:00 Am Eastern Standard Time offerors Must Submit The Following Information On Their Quote: disclosure: The Offeror Under This Solicitation Represents That [check One]: __ It Is Not A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73; __ It Is A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73, But It Has Submitted A Request For Waiver Pursuant To 3009.104-74, Which Has Not Been Denied; Or __it Is A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73, But It Plans To Submit A Request For Waiver Pursuant To 3009.104-74. (g) A Copy Of The Approved Waiver, If A Waiver Has Already Been Granted, Or The Waiver Request, If A Waiver Has Been Applied For, Shall Be Attached To The Bid Or Proposal __hsar 3052.209-70 Prohibition On Contracts With Corporate Expatriates (june 2006) (end Of Provision) the Following Far Clauses Provisions Apply To This Solicitation. Far 52.212-1, Instructions To Offerors-commercial Items (sep 2023); Far 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services (may 2024) With Alternate I. Offeror(s) Must Include A Completed Copy Of Far 52.212-3 With Their Quote. The Following Far Clauses Apply To This Solicitation. Offerors May Obtain Full Text Versions Of These Clauses Electronically At Www.aquisition.gov ; Far 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services (nov 2023); Far 52.212-5, Contract Terms & Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (nov 2024). the Following Clauses Listed Within Far: 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77, 108-78 (19 U.s.c. 3805 Note) the Following Clauses Listed Within 52.212-5 Are Applicable: far 52.203-6 Restrictions On Subcontractor Sales To The Government (jun 2020, With Alternate I (nov 2021) far 52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (mar 2020) 52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards (june 2020) 52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (june 2020) (31 U.s.c. 6101 Note). far 52.219-6, Notice Of Total Small Business Set-aside (nov 2022)(15 U.s.c. 644). far 52.219-28, Post Award Small Business Program Representation (feb 2024)(15 U.s.c. 632(a)(2) far 52.222-3, Convict Labor (jun 2003)(e.o. 11755) far 52.222-19 Child Labor-cooperation With Authorities And Remedies (feb 2024) (e.o. 13126) far 52.222-21, Prohibition Of Segregated Facilities (april 2015) far 52.222-50, Combat Trafficking In Persons (nov 2021)(22 U.s.c. Chapter 78 And E.o. 13627) far 52.225-1 Buy American Act-supplies (oct 2022) far 52.225-3, Buy American Act-free Trade Agreement (nov 2023)(41 U.s.c. 10a-10d) far 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021) 52.232-33, Payment By Electronic Funds Transfer-system For Award Management (oct 2018)(31 U.s.c. 3332). the Following Items Are Incorporated As Addenda To This Solicitation: Copies Of Hsar Clauses May Be Obtained Electronically At Www.dhs.gov. cgap 3042.302-90 Valuation Requirements For The Acquisition Of Spare Parts Purchased For Inventory Control Points From Hq Contracts (oct 2008). Copies Of Cgap Clauses May Be Obtained Electronically At: Www.uscg.mil/acquisition/procurement/pdf/cim_4200_19h.pdf
Closing Date5 May 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Machinery and Tools
United States
Technical Services uscgc Alex Haley (wmec-282) - Z12204 evaluation And Repair Fan Unit(s) 1. Objective. The Objective Of This Document Sets Forth The Receipt, Disassembly, Inspections, condition/test Reports, Overhaul/repair, Reassembly, Testing, Preservation, Packaging, Packing, And marking Of Navy Standard Fan Unit(s) Used On The U.s. Coast Guard Cutter Alex Haley. 2. References. For Any Listed References To Be Distributed, The Contractor Must Be Registered In The Joint certification Program (jcp) Through Defense Logistics Agency (dla) And Provide Your Jcp Number and Expiration Date To The Listed Point Of Contact (poc) For This Work. 2 .1. Specification Order Of Precedence. In The Event Of A Conflict Between The Text Of This Specification and The References Cited Herein, The Text Of This Specification Shall Take Precedence. Nothing In This specification, However, Supersedes Applicable Laws And Regulations Unless A Specific Ex Emption has Been Obtained. 2.2. Government Documents. The Following Specifications And Standards Form A Part Of This specification To The Extent Specified Herein. Unless Otherwise Specified, The Documents Listed Here by Number And Date Shall Be Those In The Current Department Of Defense Single Stock Point Of specification And Standards (dodssp) And Supplements Thereto. 2.2.1.naval Ships Technical Manual (nstm), S9512-a3-mma-010, Chapter 512, Fan, vaneaxial And Tubeaxial, 1987 2.2.2.federal Standard, Fed-std-595c, Dated 07/31/2008, Colors Used In Government procurement 2.3. United States Coast Guard Drawings And Publications. The Following Specifications And standards Form A Part Of This Specification To The Extent Specified Herein. 2.3.1.united States Coast Guard Commandant Instruction (comdtinst) M10360.3 (series), coatings And Color Manual 2.3.2.united States Coast Guard Technical Manual Tp: 7148-512-a, Dated08/24/2007, Standard xa Vaneaxial Fan 2.3.3.surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, general Requirements 2.3.4.surface Forces Logistics Center Standard Specification 3041 (sflc Std Spec 3020), 2022, overhaul Ac Electrical Motors 2.3.5.specification Packaging And Labeling Sp-pp&m Rev D Dated 6/6/11 2.4. Commercial Documents. The Following Documents Form A Part Of This Specification To The Extent specified Herein. The Documents Shall Be The Version Listed By Number And Date From The referenced Industry Organization. Commercial Documents May Be Listed In The Department Of defense Index Of Specifications And Standards (dodiss). 2.4.1.american Society For Testing & Materials (astm) D3951-98, Dated 2004, Standard practice For Commercial Packaging 2.4.2.international Standard Organization (iso) 2953, 1999, Mechanical Vibration, Balancing machines, Description And Evaluation 2.4.3.steel Structure Painting Council, Sspc-sp 3, Dated 11/01/1982, Power Tool Cleaning 3. Background. This Requirement Is For The Contractor To Evaluate And Repair The Ventilation Fan(s) (vaneaxial) Listed Below Table 1 And Section 5. The Fan Units Are Designated As Supply Fan 1-22-2 And supply Fan 2-40-1.table 1 - Ventilation Fan(s) For Overhaul system / Fan Number Model Number Location approximate dimensions/weight sl-22-2 al-1/2 Class Z, 1,799 dry Stores (1-23-0-a) 20" Long X 17 .5" cfm 1.25 Hp Diameter / 160 Lbs. s2-40-1 Al-1/2 Class Z, 1,450 Salvage Storeroom #4 20" Long X 17 .5" cfm 1.25 Hp (2-36-0-a) Diameter / 160 Lbs. 4. Tasks. The Contractor Shall Provide Services Of Which Includes But May Not Limited To: 4.1. General. The Contractor Must Conform To All Requirements Specified In Sflc Std Spec 0000 And in This Item, As Applicable, During The Performance Of This Availability. The Requirements Of This work Apply To All Work Under The Scope Of This Contract, Whether Explicitly Stated In All Following work Items Or Not, And To All Other Work Subsequently Authorized By Changes, Modifications, Or extensions To The Contract. 4.2. The Contractor Shall Submit A Receiving Inspection Report To The Coast Guard Contracting officer (ko), Contracting Office's Representative (cor), And Other Listed Points Of Contacts (pocs) Within 2 Days Of Receiving The Government Furnished Property (gfp). The Report Shall document The Make, Part Number, And/or Model. This Report Shall Also Include Digital photographic Documentation Of The Crate And Its Contents. 4.2.1.it Is Assumed That The Fan Unit(s) Will Arrive In A Re-usable Container. In The Event The container Is Deemed Unusable The Contractor Shall State So As Part Of The Inspection Report And provide Photo Documentation. 4.3. Inspections, Repair/overhaul And Testing Of The Fan Unit(s) Shall Be Accomplished In Accordance with The Oem Procedures, Specifications, References, And Standard Practices. The Contractor Shall conform To All Requirements Specified Throughout This Specification During Performance Of This contract. In The Event Of A Conflict Between The Text Of This Specification And The References Cited herein, The Text Of This Specification Takes Precedence. Nothing In This Specification; However, supersedes Applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained. 4.3.1.the Overhaul Requirements Described Herein Are Considered The Minimumnecessary And Are not Intended To Replace Any Procedures, Controls, Examinations, Or Tests Normally Employed by The Contractor To Assure The Quality Of The Product. 4 .3 .2. The Overhaul Of The Fan Unit( S) Is Intended To Return The Unit's Performance And Appearance to A Condition Capable Of Functioning And Performing In The Same Manner As An Identical New unit, As Referred To As Serviceable "a" Condition. 4.4. Condition Found Report (cfr). 4.4.1.preliminary Disassembly And Inspection Of Each Fan Unit Shall Be Conducted In Accordance with Oem Procedures, Specifications, References, And Standard Practices To Determine The total Estimated Cost To Repair, Including Material, Labor, Testing, Preservation, Packing And marking (pp&m) Costs. A Cfr Shall Be Submitted To The Ko, Cor, And Other Listed Pocs within 5 Days Of The Completion Of The Receiving Inspection Report Detailing The Repair Parts recommended For Replacement And A Total Repair Cost. 4.4.2. The Cfr Shall Be Submitted To The Ko, Cor, And Other Listed Pocs For Review And Approval prior To The Start Of Any Repair Or Order Of Any Material. The Contractor Shall Also Provide The replacement Cost Of An Identical New Fan Unit For Comparison To The Overhaul Cost. At A minimum, Mandatory Replacement Parts Shall Include All Bearings, Bushings, Seals And gaskets. All Parts That Are Worn, Have An Improper Fit And Or Damaged Beyond The Oem tolerances, Shall Be Repaired Or Replaced As Determined By The Contractor. 4.4.3.the Detailed Cost Estimate Shall Contain The Following As A Minimum: The Part Number, Nsn and Serial Number Of The Fan Unit, The Contract Number And Deliveiy Order Number For The Fan unit, A Listing Of Individual Parts By Part Number, Cost And Quantity, A Listing Of Labor Hoursand Labor Rate To Perform The Overhaul, Testing, And Packaging, The Cost Of An Identical New fan Unit. 4.4.4.upon Acceptance Of The Cost Estimate And Authorization To Proceed By The Ko, The Contractor shall Overhaul The Fan Unit In Accordance With The Oem Procedures, Specifications, references, Standard Practices And The References Cited In Section 2 Of This Specification. 4.4.5.the Government Reserves The Right To Dispose Of The Fan Unit(s) If Is Beyond Economic repair (ber). The Contractor Will Dispose Of The Unit At A Predetermined Cost To The government. The Contractor Shall Provide A Scrap Credit To The Government Or A Price To discard Any Fan Unit Ber. 4.4.5.1. The Coast Guard Ko Will Determine The Disposition Of Any Fan Unit Delivered For overhaul That Is Beyond Economical Repair (ber). 4.4.5.2. If The Fan Unit Is Ber, The Government Reserves The Right To Purchase An Identical new Fan Unit From The Contractor. 4.5. Fan- Overhaul. The Contractor Shall Accomplish The Following Tasks For Each Fan Unit, Using references Sited In Section 2 Of This Specification. The Contractor Shall Test, Remove, Overhaul, and Balance Each Fan Unit. 4.5.1.disassembly. The Contractor Must Disassemble The Fan Assembly For Overhaul; Follow The steps Outlined In Tp S9512-a3-mma-010 Chapter 6. Prior To Fan Disassembly, The contractor Must Measure Air Gap Reading And Bearing Clearances. Submit A Cfr. Take Care to Match Mark Components To Avoid The Need For Wheel Rebalancing. 4.5.2.cleaning. Clean The Interior And Exterior Fan Assembly Surfaces, Including Housing, Fan blade, And End Bell Surf Aces By First Using Suction, Then With A Soapy Water Solution, And fallowed By A Thorough Rinsing Of All Metal Surfaces. Ensure That There Are No Cleaning Fluid residues Or Injurious Effects On Cleaned Surfaces. 4 .5 .3 .inspection And Documentation. After Surface Preparation And Before Surface Coating, Visually inspect The Fan Assembly Surfaces Including Bearing Surfaces For Cracks, Areas Of Distortion, and Deterioration. 4.5.4.preservation. Prepare And Coat The Fan Casing Surfaces In Using The System Specified For "machinery, Operating Temperatures Under 200-degree F, Unmachined Surfaces" In comdtinst Ml 0360.3, Appendix B (cutter And Boat Interior Paint Systems). Select finish/topcoat Color To Match Existing Adjacent Surfaces. 4.6. Motor - Overhaul. The Contractor Shall Accomplish The Following Tasks For Each Ventilation Motor assembly, Using References Sited In Section 2 Of This Specification. 4.6.1.disassembly. The Contractor Shall Disassemble Each Ventilation Fan Motor From Its Fan. during Disassembly, Ensure That Each Fan Motor Is Properly Marked To Indicate The Fan It Was removed From. Remove End Plates And Rotor From Motor Frame. Remove Existing Motor bearings And Dispose Of Properly. 4.6.2.inspection. The Contractor Must Disassemble, Clean, Inspect, And Test All Fan Motor components In Accordance With Sflc Std Spec 3020 Paragraph 3.3. Submit Cfr All performed Inspections And Testing, Including But Not Limited To, Initial Visual Conditions, initial Insulation Resistance Tests, Winding Tests And Final Acceptance Tests. 4.6.2.1. Rewind Shall Not Be Part Of The Overhaul Process Unless Test Results By The contractor Support Rewind And Is Approved By The Cor. High Potential Tests Shall Only be Performed For Ventilation Fan Motors Which Require Rewind. 4 .6 .3 .re-assembly. Renew All Motor Bearings In Accordance With Sflc Std Spec 3 02 0 Paragraph 3.4.3. The Contractor Must Reassemble The Motor In Accordance With Sflc Std Spec 3020 paragraph 3.4.6. The Contractor Must Perform Motor Testing In With Sflc Std Spec 3020 paragraph 3 .5. 4.7. Fan And Motor Assembly Restoration. The Contractor Shall Reassemble Each Fan And Motor assembly Using New Gaskets And Stainless-steel Hardware; Couple The Fan To The Motor Assembly. renew All Original Data Or Label Plates After Completing External Preservation. A Separate Labelplate Made Of Similar Material As The Original Label Plate Shall Be Attached To The Fan Unit Stating the Contractor's Name, Contract Number And Date Of Overhaul. 4.8. Dynamic Balancing. The Contractor Shall Dynamically Balance The Rotating Elements Along With associated Equipment As A Unit (fan Blade And Motor Installed And In Casing), In Accordance With iso 2953. Submit A Written Balance Report. 4.9. Operational Test- Post Repairs. After Completion Of Work, The Contractor Shall Conduct An operational Test Of Each Fan And Motor Assembly To Prove Satisfactory Operating Condition. perform An Operational Test Of Each Overhauled Ventilation Fan, Ensuring The Fan Operates In The correct Direction, With No Excessive Vibration Or Noise. Operate The Fan Assembly At Its Rated Speed for 30 Minutes. Measure And Record The Overhauled Tube Axial Fan's Cfm Output To Verify It Is within The Manufacturer's Rated Tolerances. Submit A Cfr. 4.10. Preservation, Packing, And Marking. The Overhauled Fan Unit Shall Be Delivered To The coast Guard Completely Assembled And In A Ready To Operate Condition And Configuration. The contractor Must Return To The Appropriate Uscg Representative Via Delivery Or Third-party shipping. Contractor Must Provide Any New Gaskets For Connections. The Fan Unit Must Be packaged That Protects It From Moisture, Rain, Rust, Corrosion, And Vibration, Which May Constitute a Standard Export Wooden Box With Plastic Foam. The Fan Unit Shall Be Completely Sealed Within A 6 Mil (minimum) Clear Plastic Bag, With Sufficient Units Of Desiccant To Prevent Moisture Build Up and Corrosion 5. Government Furnished Property. 5.1.ventilation Fan (vaneaxial), Model Al-1/2a4w5, Qty 2 6. Security Requirement. Base Access Is Not Required. If Needed, Contractor Shall Have A Valid government Issued Id (or Driver's License) And Show Identification At The Security Gate. A Coast Guard representative From The Cutter Or Product Line Will Sponsor And Escort Vendor To The Cutter. The contractor Must Coordinate Any Base Access With The Designated Point Of Contact Ahead Of Time To ensure Administrative Processing. 7. Place Of Performance. Contractor's Repair Facility. 8. Period Of Performance. 5-may-2025 To 5-june-2025 9. Points Of Contact. 9 .1. Uscg-sflc-lrepl Asset Management: Ltjg Mikael Axelsson, Mikael.j.axelsson@uscg.mil, (510) 493-1827 10. Contractor's Proposal. 10.1. Documentation. The Contractor Must Include At Least The Following In Their Proposal For this Requirement: Basic Information (name, Company Name, Contact Details, The Date, Unique entity Id), Company Overview And Relevant Qualifications, Past Performance, Scope Of Work For the Tasks And Deliverables, Project Timeline, Cost Including A Breakdown Of The Cost Of Each Item or Service, Terms And Conditions, Attachments/bid Sheet, Description Of Subcontractors (if Any), And signature Of The Authorized Person. 10.2. Proposal Evaluation Criteria. Award Of This Requirement Shall Be Made To The Vendor whose Proposal Offers The Greatest Value To The Government Regarding Price, Ability To Meet All technical Requirements Of The Specification, And Past Performance. 11. Notes. 11. 1. Vaneaxial Fan Data - Supply Fan 1-22-2 o Model: Xa1-1/2a4w6, 1.25 Hp, Single Speed, 3600 Rpm For 440vac/60hz/3- phase, Steel Housing And Aluminum Impeller, Fixed Pitch Vaneaxial, Motor Shall conform To Ieee-45 Specifications And Rated For 65-degree Celsius Ambient Operation. o Serial Number: N-1248 Item 16vaneaxial Fan Data - Supply Fan 2-40-1 12. Photos. o Model: Xa1-1/2a4w6, 1.25 Hp, Single Speed, 3600 Rpm For 440vac/60hz/3- phase, Steel Housing And Aluminum Impeller, Fixed Pitch Vaneaxial, Motor Shall conform To Ieee-45 Specifications And Rated For 65-degree Celsius Ambient Operation. o Serial Number: Sn14955-01-08 12.1. Motor Data For Supply Fan 1-22-2.
Closing Date5 May 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Aerospace and Defence
United States
Open, Inspect, Report And Overhaul Turbocharger Exhaust
Closing Date5 May 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Others
United States
Procurement Of Main Landing Gear (mlg) And Nose Landing Gear (nlg) Tires In Support Of The Hc-144 Aircraft
Closing Date5 May 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Automobiles and Auto Parts
United States
The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part: item 1 Controller, Motor nsn:)6110 01 632 3597 mfg: Rockwell Automation part Number# 22a-d8p7n104 quantity: 51 Each 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: 6/10/25 this Is A Combined Synopsis/solicitation For A Commercial Item Prepared In Accordance With The Format Outlined In Far Subpart 12.6, Fac 2024-05 And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation. Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. The Naics Code For This Solicitation Is 333618 And The Business Size Standard Is 750. The Resultant Purchase Order Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far 13 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 5/6/25 10am 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 2023); Far 52.212-3, Offeror Representations And Certifications-commercial Items (feb 2023) 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 2023); Far 52.212-5, Contract Terms & Conditions Required To Implement Statutes Or Executive Orders-commercial Items (dec 2023). 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 Date6 May 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Electrical Goods and Equipments...+2Machinery and Tools, Electrical 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) nsn: 4130-01-535-4882 compressor Unit,refrigeration this Compressor Is Used On The Carrier Chiller Unit Module 90rmc050-d-610. production Model Number: 06e7199611g 3 Ph, 60 Hz. saturated Suction Temp: 37 Deg. F. displacement: 99 Cfm nominal Motor Hp: 35 condensing Temp: 104 Deg F. run Load Amps: 37.1 lock Rotor Amps: 283 motor Rpm: 1750 drive Type: Semi-hermatic cylinders Per Compressor: 06 mfg: Carrier Transicold part Number: 06e7199611 quantity: 10 Each 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 2025-03 (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 333415 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 Carrier Transicold 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 May 06, 2025 At 10:00 Am Eastern Standard Time. Email Proposed Price 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 May 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Aerospace and Defence
United States
Provide Mk38 25mm Gun Mount System Overhaul Kits For The Cg Yard Spmr Ordnance Overhaul Facility To Support Overhaul Program.
Closing Date6 May 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Machinery and Tools
Corrigendum : Closing Date Modified
United States
Secondary Release For H60 Bomb Rack
Closing Date6 May 2025
Tender AmountRefer Documents 
1471-1480 of 1511 archived Tenders