Tenders of U S Coast Guard Usa

Tenders of U S Coast Guard Usa

U S COAST GUARD USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
A00004-the Response Date For This Special Notice Has Been Extended Until January 16, 2025 At 2:00 Pm Est. a00003-the Response Date For This Special Notice Has Been Extended Until January 6, 2025 At 2:00 Pm Est. a00002 -the Response Date For This Special Notice Has Been Extended Until December 12, 2024 At 2:00 Pm Est. a00001 - The Part Number And National Stock Number Have Been Updated And Amended Versions Of Attachment 1 - List Of Items - 70z03825qj0000035 And Attachment 2 - Redacted J And A - 70z03825qj0000035 Have Been Added; the Response Date For This Special Notice Has Been Extended Until December 5, 2024 At 2:00 Pm Est. notice Of Intent To Award A Sole Source Boa Call: The United States Coast Guard (uscg), Aviation Logistics Center (alc), Medium Range Recovery (mrr) Procurement Division Intends To Solicit And Negotiate With Only One Source, The Original Equipment Manufacturer (oem) – Sikorsky Aircraft Corporation (cage Code 78286), Under Basic Ordering Agreement Spe4a1-22-g-0005 For The Items Listed In Attachment 1. The Statutory Authority For This Acquisition Is 41 U.s.c 3204(a)(1), As Implemented In Far 13.106-1 (b) (1). In Accordance With Far 3204(a)(1), The Items Listed In Attachment 1 Are Available From Only One Source. The North American Industry Classification System Code (naics) Is 336413 With A Size Standard Of 1,250 Employees. The Product Service Code (psc) Is 1560. The Small Business Set Aside Has Been Dissolved. This Requirement Is Unrestricted. Delivery Is Requested Within Two Hundred (200) Days After The Receipt Of Order (aro). The Uscg Desires Early Deliveries Therefore Early Shipments Are Encouraged At No Additional Cost To The Government. F.o.b. Point Is Origin. Inspection And Acceptance Under This Contract Will Be Performed At Origin By Defense Contract Management Agency (dcma). Solicitation Number 70z03825qj0000035 Is Assigned For Tracking Purposes Only. No Solicitation Package Will Be Issued. This Notice Of Intent Is Not A Request For Competitive Proposals; However, All Responsible Sources May Submit A Quotation To Julie.g.lininger@uscg.mil And Mrr-procurement@uscg.mil With 70z03825qj0000035 In The Subject Line Which Will Be Considered By The Agency If Received No Later Than 2:00 P.m., (est) On 16 January 2025. A Determination By The Government Not To Compete The Proposed Procurement Based Upon The Responses To This Notice Is Solely Within The Discretion Of The Government. Award Will Be Made Upon Determination Of Fair And Reasonable Pricing. see A00001 - Attachment 1 – “list Of Items - 70z03825qj0000035” see A00002 - Attachment 2 – “redacted J And A – 70z03825qj0000035”
Closing Date16 Jan 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) nsn: 6210-01-383-9627 fixture, Lighting eaton Crouse-hinds Series Pauluhn 729 Industrial Globe And Guard, Medium Base, 2" Box Depth, 50/60 Hz, Wall Mount 150w Cast, Marine Brass, Painted White each Item Shall Be Individually Preserved And Packaged As Appropriate In Accordance With Mil-std-2073-1e Method 10. marking Iaw Mil-std-129r Except Bar Coded Iaw Iso/iec-16388-007, Code 39 Symbology. All Markings Shall Be Placed So Visible By Forklift Operator, If Applicable. 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. mfg: Paulun Electric Mfg. Co. Inc. pn: 729b7wht qty: 107 Ea 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 3, 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 335132 And The Business Size Standard Is 600. The Resultant Purchase Order Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far 13.106 Apply. substitute Parts Are Not Acceptable. It Is Anticipated That A Non-competitive Sole Source Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. It Is The Government’s Belief That Only Pauluhn Electric Mfg. Co. Inc. And/or Their Authorized Distributors Can Offer These Units. Concerns Having The Expertise And Required Capabilities To Provide This Item Are Invited To Submit Complete Information Discussing The Same Within Two (2) Calendar Days From The Day This Notice Posted. The Data Must Include Sufficient Detail To Allow The Coast Guard To Evaluate The Proposal Relative To The Requirements. The Information Submitted Must Include A Letter From The Oem Verifying The Offeror Is An Authorized Distributor Verifying The Oem Will Supply Genuine Oem Parts. the U.s. Coast Guard Intends To Award On An All Or None Basis To A Responsible Offeror Whose Offer Conforming To The Solicitation Will Be The Most Advantageous To The Government. Award Will Be Lowest Price Technically Acceptable. The Coast Guard Intends To Award On A Firm Fixed Price Contract. all Responsible Sources May Submit A Quotation, Which If Timely Received, Shall Be Considered By The Agency. Companies Must Have Valid Duns Numbers And Be Registered With Systems For Award Management (www.sam.gov) And Shall Provide The Company Tax Information Number (tin) With Their Offer. The Closing Date And Time For Receipt Of Quote Is January 21, 2025, At 10:00 Am Eastern Standard Time offerors Must Submit The Following Information On Their Quote: disclosure: The Offeror Under This Solicitation Represents That [check One]: __ It Is Not A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73; __ It Is A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73, But It Has Submitted A Request For Waiver Pursuant To 3009.104-74, Which Has Not Been Denied; Or __it Is A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73, But It Plans To Submit A Request For Waiver Pursuant To 3009.104-74. (g) A Copy Of The Approved Waiver, If A Waiver Has Already Been Granted, Or The Waiver Request, If A Waiver Has Been Applied For, Shall Be Attached To The Bid Or Proposal __hsar 3052.209-70 Prohibition On Contracts With Corporate Expatriates (june 2006) (end Of Provision) the Following Far Clauses Provisions Apply To This Solicitation. Far 52.212-1, Instructions To Offerors-commercial Items (sep 2023); Far 52.212-3, Offeror Representations And Certifications-commercial Items (may 2024) With Alternate I, Offeror(s) Must Include A Completed Copy Of Far 52.212-3 With Their Quote. the Following Far Clauses Apply To This Solicitation. Offerors May Obtain Full Text Versions Of These Clauses Electronically At Www.acquisition.gov.; Far 52.212-4, Contract Terms And Conditions-commercial Items (nov 2023); Far 52.212-5, Contract Terms & Conditions Required To Implement Statutes Or Executive Orders-commercial Items (jan 2025). the Following Clauses Listed Within Far: 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015) 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553) 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77, 108-78 (19 U.s.c. 3805 Note) the Following Clauses Listed Within 52.212-5 Are Applicable: far 52.203-6 Restrictions On Subcontractor Sales To The Government (jun 2020, With Alternate I (nov 2021) far 52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (mar 2020) 52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards (june 2020) 52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (june 2020) (31 U.s.c. 6101 Note). far 52.219-28, Post Award Small Business Program Representation (feb 2024)(15 U.s.c. 632(a)(2) far 52.222-3, Convict Labor (jun 2003)(e.o. 11755) far 52.222-19 Child Labor-cooperation With Authorities And Remedies (feb 2024) (e.o. 13126) far 52.222-21, Prohibition Of Segregated Facilities (april 2015) far 52.222-26, Equal Opportunity (sep 2016)(e.o. 11246) far 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) far 52.222-50, Combat Trafficking In Persons (nov 2021)(22 U.s.c. Chapter 78 And E.o. 13627) far 52.225-1 Buy American Act-supplies (oct 2022) far 52.225-3, Buy American Act-free Trade Agreement (nov 2023)(41 U.s.c. 10a-10d) far 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021) 52.232-33, Payment By Electronic Funds Transfer-system For Award Management (oct 2018)(31 U.s.c. 3332). the Following Items Are Incorporated As Addenda To This Solicitation: Copies Of Hsar Clauses May Be Obtained Electronically At Www.dhs.gov. cgap 3042.302-90 Valuation Requirements For The Acquisition Of Spare Parts Purchased For Inventory Control Points From Hq Contracts (oct 2008). Copies Of Cgap Clauses May Be Obtained Electronically At: Www.uscg.mil/acquisition/procurement/pdf/cim_4200_19h.pdf
Closing Date21 Jan 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Others
United States
This Is A Combined Synopsis/solicitation For Commercial Items, Prepared In Accordance With The Format In Subpart 12.6 Of The Far Part 12 - Acquisition Of Commercial Products And Commercial Services | Acquisition.gov And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Separate Written Solicitation Will Not Be Issued. solicitation Number 70z04025q5ep035 applies And Is Used As A Request For Quote (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-1, Effective, Nov. 2024. it Is Anticipated That A Best Value Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. All Responsible Sources May Submit A Quotation, Which If Timely Received, Shall Be Considered By This Agency. best Value Will Be Evaluated By Who Can Provide The Complete Requirement, Who Meets Our Required Time Frame And By Price. all Vendors Providing A Quotation Must Either Have An Active Sam.gov Registration Or Provide Proof They Have Submitted Their Entity For Registration. payments Are Net 30 And Will Be Made In Accordance With The Far 52.232-25 Prompt Payment Clause 52.232-25 Prompt Payment. | Acquisition.gov. the U.s. Coast Guard, Surface Forces Logistics Center (sflc) Intends To Award A Firm Fixed Price Purchase Order. the United States Coast Guard Surface Forces Logistics Center Has A Requirement For The Following Items: vendor Information: vendor Shall Provide: item 1: Vessel Interface Panel description: Nsn 5895-01-627-6624 P/n 8m0086565 quantity: 30 unit Price: line Total: estimated Delivery Date: * Delivery Address And Terms Stated Below. * *any Proposed Substitutions Must Be Accompanied By A Specification Sheet To Undergo Evaluation By The Requiring Officials For Compatibility To The Requirement. * *all Deliveries Are Required By 05 March 2025 ** Total Cost Shall Have Delivery And Any Freight Charges Included. ** ** Shipping: Fob Destination Required. ** preparation For Delivery all Material Must Be Shipped To U.s. Coast Guard, Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore, Md 21226-5000 For This Purchase Order. Material Must Be Accompanied By An Itemized Packaging List Securely Attached To The Outside Of The Shipment. all Packing Lists Shall Cite The Purchase Order Number With The Packaging In Such A Manner To Ensure Identification Of The Material Provided. material Shall Be Packed For Shipment Using Military Packaging, For Examples In Packaging Please Reference Mil-std-2073-1e. Material Must Be Packaged In Such A Manner As To Afford Adequate Protection To The Item Against Corrosion, Deterioration, And Physical Damage During Shipment From The Supply Course To Surface Forces Logistics Center Locations. packaging Shall Provide Adequate Protection For Warehouse Storage And Shipments From The Warehouse. all Material Shall Be Marked In Accordance With Mil-std-129r And Barcoded Unless Otherwise Authorized By The Contracting Officer. All Material Will Have The Purchase Order Number, National Stock Number (if Applicable), Vendor Name And Part Number Clearly Marked On The Exterior Of All Material Shipped. all Deliveries Are To Be Made Monday Through Friday Between The Hours Of 7:00am To 1:00pm. invoicing In Ipp it Is A Requirement That All Invoicing For Purchase Orders Will Now Be Entered And Processed Through Https://www.ipp.gov. all Invoices Must Contain The Following Information: Cg Purchase Order Number, Vendor’s Invoice Number, Cage Number, Po Item Number, Description Of Supplies Or Services, Unit Prices And Extended Totals (invoices For Purchase Orders Awarded By Surface Force Logistics Center, Baltimore Are To Be Sumitted As Non Po In Ipp). Shipping Costs Will Be Indicated As A Separate Line Item On The Invoice (if Applicable). Shipping Cost $100 Or More Must Be Accompanied By A Separate Freight Invoice When Submitting An Invoice(s) For Payment (if Applicable). to Submit An Invoice, Vendor Must Have Access To Www.ipp.gov. To Gain Access Please Indicate If You Don’t Have An Account So The Issuing Office Can Establish One For You. far Clauses this Order Is Subject To But Is Not Limited To The Following Federal Acquisition Regulations: 52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment. 52.204-26 Covered Telecommunications Equipment Or Services-representation. 52.212-1 Instructions To Offerors—commercial Products And Commercial Services. 52.212-3 Offeror Representations And Certifications—commercial Products And Commercial Services. 52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities. 52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment. 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services.
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: 3120-01-631-4104 bearing Sleeve rudder Bearing Sleeve machined Finish 9.00 Inch Outside Diameter 7.625 Inside Diameter 24 Inch Long wrap Tx To 8.150 In Minimum mfg: Trellborg Sealing Solutions part Number: Orkot Txmm “trellborg” quantity: 40 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 332999 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 Trellerborg Sealing Solutions 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
United States
The United States Coast Guard Surface Forces Logistics Center Has An Emergent Requirement And Requesting Quotations For The Following Part: item 1) nsn 4810-01-621-9749 valve Ball utilized On 270 Class Cutter individually Package Iaw Mil-std-2073-1e, Mark Iaw Sp-pp&m-001 mfg: B N L Industries Inc pn: Ebv-f2-40-0021 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 2025-02 (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 332911 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 Jan 21, 2025 At 10:00 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 __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 Products And Commecail Services (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.aquisition.gov ; Far 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services (dec 2022); Far 52.212-5, Contract Terms & Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (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 52.219-6, Notice Of Total Small Business Set-aside (nov 2020)(15 U.s.c.644), Far 52.219-28, Post Award Small Business Program Representation (oct 2022)(15 U.s.c. 637(m); Far 52.222-3, Convict Labor (jun 2003)(e.o. 11755); Far 52.222-19 Child Labor-cooperation With Authorities And Remedies (oct 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, Combating Trafficking In Persons (oct 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 (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-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
United States
The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part: item 1) 6680 01-470-1415 transmitter, Liquid Quantity, mfg Name: Gems Sensors Incorporated part_nbr: 181147 qty: 4 xm-179700-102-00620, Xm-800 361 Stainles Steel Level Transmitter With Special O-ring groove Flange, 2 1/4 Inch Diameter Buna N Float, 102 Inch Indication, 1/4 Inch resolution, 30 Ft Pvc Cable, And Analog Output. references: cg Dwg 901-wmec-437-007, Rev B, Item 20 cg Dwg 901-wmec-437-010, Rev E, Item 20 this Tli Serves Jp-5 Storage Tank, 4-190-1-j, Jp-5 Storage Tank, 4-190-2-j package Iaw Mil-std-129r each Item Must Be Packaged And Marked Individually item 2) 6680 01-470-0834 transmitter, Liquid Quantity, mfg Name: Gems Sensors Incorporated part_nbr: 181140 qty 6 liquid Quantity Transmitter 52 Inches Of Indication, 1/4 Inch Resolution, Analog Output, 110 Volts, 60 Hz. ***must Be Individually Packaged & Marked*** sp-pp-m-001 Individually Packaged And Bar Coded delivery Shall Be F.o.b. Destination To Uscg Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore Md 21226 this Is A Combined Synopsis/solicitation For A Commercial Item Prepared In Accordance With The Format Outlined In Far Subpart 12.6, 2025-01 11/12/2024 And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation. Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. The Naics Code For This Solicitation Is 333998 And The Business Size Standard Is 500. The Resultant Purchase Order Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far 13 the U.s. Coast Guard Intends To Award On An All Or None Basis To A Responsible Offeror Whose Offer Conforming To The Solicitation Will Be The Most Advantageous To The Government. Award Will Be Lowest Price Technically Acceptable. The Coast Guard Intends To Award On A Firm Fixed Price Contract. all Responsible Sources May Submit A Quotation Via Email To Eric.i.goldstein@uscg.mil, Which If Timely Received, Shall Be Considered By The Agency. Companies Must Have Valid Duns Numbers And Be Registered With Systems For Award Management (sam) And Shall Provide The Company Tax Information Number (tin) With Their Offer. The Closing Date And Time For Receipt Of Quote Is 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: 52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (nov 21) 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

Electronics Equipment...+1Electrical and Electronics
United States
New Tilt Skillet For Cg Base Seattle Galley
Closing Date24 Jan 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Electrical Goods and Equipments...+2Machinery and Tools, Electrical and Electronics
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 70z03825qb0000035 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-02 Effective January 3, 2025. the Applicable North American Industry Classification Standard Code Is 336413. The Small Business Size Standard Is 1,250 Employees. This Is A Total Small Business Set-aside 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 As A Total Small Business Set-aside As A Result Of This Synopsis/solicitation. All Parts Must Have Clear Traceability To The Original Equipment Manufacturers (oems), Safran Electrical & Power Chatou Sas (cage Code F0296) Or Thales Avionics, Inc. (cage Code 0j2t3/3j0e6). Traceability Means A Clear, Complete, Documented, And Auditable Paper Trail Which Traces Each Step From An Oem Approved Source. see Attached Documents Titled: “requirements - 70z03825qb0000035” And “terms And Conditions – 70z03825qb0000035”. 52.217-6 Option For Increased Quantity (mar 1989) Applies To This Acquisition And Is Tailored As Follows: for Line Item 1, The Government May Increase The Quantity Of Supplies Called For In The Schedule, By Up To A Quantity Of Four (4), At The Unit Price Specified, Up To A Maximum Quantity Of Eight (8). The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within One Calendar Year After Purchase Order Award. Delivery Of The Added Items Shall Continue At The Same Rate As The Like Items Call For Under The Purchase Order, Unless The Parties Otherwise Agree. ***please Note That If The Uscg Chooses To Exercise Any Optional Quantity Modification, Such Modifications Will Be Issued Unilaterally To The Contractor. (end Of Clause) 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. Parts Must Be Approved In Accordance With Federal Aviation Administration (faa) Guidelines To Ensure Safety Of Our Aircrew. The Government Shall Ensure All Procurements Are Awarded Without Jeopardizing Quality Or Safety Of Flight. Only The Use Of Airworthy Commercial Specifications Or Standard Military Specifications/military Standard Parts Will Be Utilized And Approved From This Solicitation. newly Manufactured Commercial Items Will Only Be Procured From Sources Able To Provide A Certificate Of Conformance (coc) And Traceability To The Oem. The Federal Aviation Regulation, Part 21, Outlines Certification Procedures. note: No Drawings, Specifications Or Schematics Are Available From This Agency. closing Date And Time For Receipt Of Offers Is 23 January 2025 At 1:00pm Est. Quotes And Questions Shall Be Submitted By Email To Hartley.k.askew@uscg.mil. Please Indicate Solicitation 70z03825qb0000035 In The Subject Line. Phone Call Quotes Will Not Be Accepted.
Closing Date23 Jan 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Others...+1Electrical and Electronics
United States
Open, Inspect And Repair Rockwell Collins High Frequency Mixer Stage And Power Amplifier – Mixer Repair
Closing Date20 Jan 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Aerospace and Defence
United States
The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part: item 1) 5985 99-578-7856 antenna mfg Name: Thales Uk Ltd Land & Joint Systems part_nbr: 604818-00 qty: 8 /ea part Of As-200 Active Receive Side Of Rfds / Hfts antenna, Hf, Active Rx 0.01 - 30 Mhz, Oem: Thales Defense & Security, Inc. note: 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; And Mil-std-129pch4 Military Marking (mil-std-129pch4 Military Marking, Page 39 Of Spec). Copies Included With This Saps Package. note: All Units Composed Of Individual Piece Parts Which When Assembled Make One Unit Must Be Packed Within One Box. Please Contact Michael Beimel At 716-485-8107 If You Have Questions. 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-129p Change 4, Sept 2007 Marking For Shipment And Storage bar Coding Required, If Capable, To Comply With The Following: Mil-std-129pch4 military Marking. See 4.4, Page 47 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 Thales 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 237130 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 22th, 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 Date22 Jan 2025
Tender AmountRefer Documents 
191-200 of 310 archived Tenders