Tenders of U S Coast Guard Usa
Tenders of U S Coast Guard Usa
U S COAST GUARD USA Tender
Others
United States
Closing Date14 Feb 2025
Tender AmountRefer Documents
The United States Coast Guard (uscg) Surface Forces Logistics Center – Contracting & Procurement Division (sflc-cpd) Branch #2 Long Range Enforcer (lre) Section Is Conducting Market Research In Order To Identify Firms Who Possess The Capabilities To Satisfy The Uscg’s Requirement.
the Requirement Is For The United States Coast Guard (uscgc) Calhoundockside Repairs. the Contractor Shall Furnish All Necessary Labor, Materials, Services, Equipment, Supplies, Power, Accessories, Facilities And Such Other Things As Necessary, Except As Otherwise Specified, To Perform Dockside, Repairs And Alterations To The Uscgc Calhoun In Accordance With The Solicitation, Schedule And Specifications. period Of Performance 02sep2025-25nov2025 work Item 1: Cargo Handling Elevator, Annual Inspection And Test, Perform
work Item 2: Dual Point Davit, Biennial Maintenance, Perform
work Item 3: Folding Boom Cranes, Biennial Maintenance, Perform
work Item 4: Reverse Osmosis, System Groom
work Item 5: Reverse Osmosis Flexible Hoses, Renew
work Item 6: Deck Covering (slip-resistant) Flight Deck, Renew
work Item 7: Tenting (flight Deck), Provide
work Item 8: Fire Detection System, Inspect And Test
work Item 9: Tanks (ballast), Clean And Inspect
work Item 10: Tanks (ballast), Preserve (100%) - Optional
work Item 11: Tanks (ballast), Preserve (partial) - Optional
work Item 12: Tanks (mp Fuel Service), Clean And Inspect
work Item 13: Tcto - Auxiliary Seawater Piping, Modify
work Item 14: Tcto - Main Propulsion Diesel Engine, Condensate Drain, Modify
work Item 15: Fire Prevention, Provide
U S COAST GUARD USA Tender
Aerospace and Defence
United States
Closing Date19 Feb 2025
Tender AmountRefer Documents
Structural Closure For Cgc Hickory
U S COAST GUARD USA Tender
Others
United States
Closing Date19 Feb 2025
Tender AmountRefer Documents
This Sources Sought Notice Is For Market Research Purposes Only And Does Not Constitute A Request For Proposal Or Quotation. It Is Not Considered To Be A Commitment By The Government To Award A Contract Nor Will The Government Pay For Any Information Provided; No Basis For Claim Against The Government Shall Arise As A Result From A Response To This Sources Sought Notice Or Government Use Of Any Information Provided.
U S COAST GUARD USA Tender
Metals and Non-Metals
United States
Closing Date19 Feb 2025
Tender AmountRefer Documents
The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part: item 1 Copper Anode nsn:)5342 99 133 5325 mfg: Cathelco Ltd part Number# Paazrry037ft quantity: 500 Each individually Packaged In Accordance With Milstd- 2073-1e method 10, Cushioned And packed In An Appropriately Sized Astm-d5118 single-wall fiberboard Box. failure To Meet The Packing, Packaging, Marking and Bar coding Requirements Will result In Warehouse Rejection And Items Will Be shipped Back to Vendor. 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: 5/1/25 4pm Est 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 332813 Solicitation Is And The Business Size Standard Is 750. The Resultant Purchase Order Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far 13
all Responsible Sources May Submit A Quotation Via Email To Nina.m.crosby@uscg.mil, Which If Timely Received, Shall Be Considered By The Agency. Companies Must Have Valid Duns Numbers And Be Registered With Systems For Award Management (sam) And Shall Provide The Company Tax Information Number (tin) With Their Offer. The Closing Date And Time For Receipt Of Quote Is 2-19-25 3pm 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
U S COAST GUARD USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date17 Feb 2025
Tender AmountRefer Documents
Demo And Repair The Duty Room Bathrooms
U S COAST GUARD USA Tender
Electronics Equipment...+1Electrical and Electronics
United States
Closing Date20 Feb 2025
Tender AmountRefer Documents
A00001 - Attachment 1 - Terms And Conditions Have Been Revised To Remove Far Clause 52.222-21 And Far Clause 52.222-26 Per E.o. 14173. All Other Items Regarding This Solicitation Remain Unchanged. 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 70z03825qj0000198 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 January 17, 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 Sole Source Basis As A Result Of This Synopsis/solicitation For The Following Item: item Name: Tuner, Radio Frequen
national Stock Number: 5821-01-474-2547
part Number: 153-040047-01
alternate Part Number: 153-040047-01-fc-5000
quantity: 4 Ea
manufacturer Cage Code: 1wze2
requested Delivery Date: 08/01/2025 only The Items Requested In This Solicitation Will Be Considered For Award. All Items Shall Have Clear Traceability To The Original Equipment Manufacturer (oem), Chelton Avionics Inc. (cage Code 1wze2). 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 –70z03825qj0000198” For Applicable Clauses, Instructions And Evaluation Criteria. see Attachment 2 – “justification And Approval For Other Than Full And Open Competition 70z03825qj0000198” closing Date And Time For Receipt Of Offers Is 2/20/2025 At 2:00 Pm Eastern Time. Anticipated Award Date Is On Or About 2/24/2025. E-mail Quotations May Be Sent To Paige.e.kressley@uscg.mil And Mrr-procurement@uscg.mil Please Indicate 70z03825qj0000198 In The Subject Line.
U S COAST GUARD USA Tender
Machinery and Tools
United States
Closing Date20 Feb 2025
Tender AmountRefer Documents
The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part: item 1) nsn: 4030-01-467-1005 hook, Release, Boat Davit single Point Davit Small Boat Release Hook. Model: Apr-356-cbh. Safe Operating Load Rating: 7700 Lbs Nominal, Solas Approved Off-load Type Release Hook For Boat Davit installations. The Mounting Bolt With Nut And Split Pin Are Included In Each Hook Delivery. Modifications Include Side Handles And Pull-cable With Ball Type Release Wire Termination Over Wire Rope Thimble. Reference: Fleet Dwg Fl-8201-093, Sht 4. Instruction Stickers And Certification Labels Shall Be Added To Each Hook. a Certificate Of Proof Load Test Inspection & Conformity And Installation Instructions Shall Be Provided With Each Hook. The Proof Load Test Date Shall Be Marked On The Hook Data Plate. after Installation: This Hook Must Be Taken Out Of Service If Any Damages Are Present. The Hook Must Be Inspected At 1 Month Intervals. Re-certified (test Loaded) At 1 Year Interval. Replaced After 5 Years Service. maintenance Dates Shall Refer To The "in Service" Dates. The Maintenance Schedule Does Not Begin Until The Hook Is Placed In Service. The Five Year Service Clock Shall Begin On The Date Of Installation On The Cutter And Recorded In The Units Registry Of Lifting Appliances. mfg: Eagle Products Ky pn: Model Apr-356-cbh qty: 20 Ea 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 (may 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 333925 And The Business Size Standard Is 1,250. 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 February 20, 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
U S COAST GUARD USA Tender
Machinery and Tools...+1Automobiles and Auto Parts
United States
Closing Date21 Feb 2025
Tender AmountRefer Documents
This Solicitation Is For Procurement Of Alco 251 Overhaul Parts Kits As Per The Schedule Of Supplies/services And Specification. This Is A Firm-fixed Price Indefinite Delivery, Requirements Contract For One Base Year And Four, One-year, Option Periods. This Is Intended To Be A Sole Source Acquisition With Fairbanks Morse, Llc. Please See The Attached Justification.
U S COAST GUARD USA Tender
Machinery and Tools
United States
Closing Date21 Feb 2025
Tender AmountRefer Documents
The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part: item 1) 2950 01-554-7959 turbosupercharger mfg Name: Cummins Inc part_nbr: 4955211 qty: 15 component Of The Ships Service Diesel Generator. Model Hx55m. ***** According To Cummins Rep. Part Number Has Been Changed To 4038901 ****** ***** Previous Part Number 4038903 Is Also Acceptable. ***** each Item Shall Be Individually Packaged In Accordance With Mil-std-2073-1e Method 10 In An Appropriately Sized Astm-d5118 Double-wall Fiberboard Box Cushioned As appropriate To Prevent Damage From Movement Or External Impact. 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. item 2) 4320 01-622-2979 pump, Rotary mfg Name: Cummins Inc part_nbr: 4954880 qty: 10 gear Drive Fuel Pump For The Ships Service Diesel Generator Used On The 154' Wpc. Each Item Shall Be Individually Preserved And Packaged As Appropriate In Accordance With Mil-std-2073-1e Method 10 In An Appropriately Sized Astm-d6251 Type Iii, Class 1 Wood-cleated Panel-board Shipping Box, Astm-d6880 Class 2 Heavy Duty Screwed Wooden Box Or Astm-d5118 Heavy Duty Double-wall Fiberboard Box As Appropriate Cushioned Or Secured To Prevent Damage From Movement Or External Impacts. Any Crates Or Boxes Weighing Over 50 Lbs Shall Be Skid Mounted Or Secured To An Appropriate Sized Pallet To Facilitate Forklift Use item 3) 2920 01-585-9264 starter,engine,electrical mfg Name: Cummins Inc P art_nbr: 2871256 qty: 18 starter Used As Part Of The Ssdg On The 154' Frc Vessels. **** Please Use Superseded Part # 5367755rx **** each Item Shall Be Individually Preserved And Packaged As Appropriate In Accordance with Mil-std-2073-1e Method 10 In An Appropriately Sized Astm-d6251 Type Iii, Class 1 Wood-cleated Panel-board Shipping Box, Astm-d6880 Class 2 Heavy Duty Screwed wooden Box Or Astm-d5118 Heavy Duty Double-wall Fiberboard Box As Appropriate cushioned Or Secured To Prevent Damage From Movement Or External Impacts. Any crates Or Boxes Weighing Over 50 Lbs Shall Be Skid Mounted Or Secured To An appropriate Sized Pallet To Facilitate Forklift Use. Contact Chand Corporation If vendors Are Not Able To Meet Pp&m And Bar-coding Requirements. item 4) 420 01-620-8345 core Assembly, Fluid Cooler mfg Name: Cummins Inc part_nbr: 4989471 qty: 18 aftercooler For The Ships Service Diesel Generator Used On The 154' Wpc superceeded Part Number 5566835 each Item Shall Be Individually Preserved And Packaged As Appropriate In Accordance with Mil-std-2073-1e Method 10 In An Appropriately Sized Astm-d6251 Type Iii, Class 1 Wood-cleated Panel-board Shipping Box, Astm-d6880 Class 2 Heavy Duty Screwed wooden Box Or Astm-d5118 Heavy Duty Double-wall Fiberboard Box As Appropriate cushioned And/or Secured To Prevent Damage From Movement Or External Impacts. Any crates Or Boxes Weighing Over 50 Lbs Shall Be Skid Mounted Or Secured To An appropriately Sized Pallet To Facilitate Forklift Use. marking Iaw Mil-std-129r Except Bar Coded Iaw Iso/iec-16388-2007, 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. 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 : Cummins 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 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 Feb 21, 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) 52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (nov 21) 52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (october 2022) 52.219-28, Post Award Small Business Program Rerepresentation (feb 2024) 52.222-3, Convict Labor (june 2003) 52.222-19, Child Labor—cooperation With Authorities And Remedies (feb 2024) (e.o. 13126). 52.222-21, Prohibition Of Segregated Facilities (apr 2015). 52.222-26, Equal Opportunity (sep 2016) (e.o. 11246). 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793). 52.222-50, Combating Trafficking In Persons (nov 2021) 52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024) 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021) 52.232-33, Payment By Electronic Funds Transfer— System For Award Management (october 2018) the Following Items Are Incorporated As Addenda To This Solicitation: Copies Of Hsar Clauses May Be Obtained Electronically At Www.dhs.gov. cgap 3042.302-90 Valuation Requirements For The Acquisition Of Spare Parts Purchased For Inventory Control Points From Hq Contracts (oct 2008). Copies Of Cgap Clauses May Be Obtained Electronically At: Www.uscg.mil/acquisition/procurement/pdf/cim_4200_19h.pdf
U S COAST GUARD USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Closing Date21 Feb 2025
Tender AmountRefer Documents
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 70z03825qb0000047 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) 2025-03 Effective January 17, 2025. the Applicable North American Industry Classification Standard Code Is 336413. The Small Business Size Standard Is 1,250 Employees. This Is A Restricted 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 Shall Be Awarded On A Sole Source Basis To Airbus Helicopters, Inc. As A Result Of This Synopsis/solicitation. All Parts Must Have Clear Traceability To The Original Equipment Manufacturers (oem), Airbus Helicopters France (cage Code: F0210). Traceability Means A Clear, Complete, Documented, And Auditable Paper Trail Which Traces Each Step From An Oem Approved Source. see Attached Documents Titled: “requirements – 70z03825qb0000047,” “terms And Conditions – 70z03825qb0000047” And “redacted J And A – 70z03825qb0000047”. 52.217-6 Option For Increased Quantity (mar 1989) Applies To This Acquisition And Is Tailored As Follows: the Government May Increase The Quantity Of Supplies Called For In The Schedule, For Line Item 2 By Up To A Quantity Of Five (5), At The Unit Price Specified, Up To A Maximum Quantity Of Ten (10). 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) it Is The Government's Belief That Airbus Helicopters, Inc. Is The Only Known Source To Provide Traceability And Genuine Oem Parts. 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. alternate Part Numbers Will Be Accepted. Parts Must Be Approved In Accordance With Federal Aviation Administration (faa) Guidelines To Ensure Safety Of Our Aircrew. Best Value To The Government Is Always The Goal, But 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). The Federal Aviation Regulation, Part 21, And Federal Acquisition Regulation (far) Clause 52.246-15 Outline These Certification Procedures. no Substitute Or Alternate Parts Will Be Considered. Only New Parts Will Be Accepted note: No Drawings, Specifications Or Schematics Are Available From This Agency. closing Date And Time For Receipt Of Offers Is 21 February 2025 At 9:00 Am Est. Quotes And Questions Shall Be Submitted By Email To Hartley.k.askew@uscg.mil. Please Indicate Solicitation 70z03825qb0000047 In The Subject Line. Phone Call Quotes Will Not Be Accepted.
231-240 of 710 archived Tenders