Tenders of U S Coast Guard Usa

Tenders of U S Coast Guard Usa

U S COAST GUARD USA Tender

Others
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Replacement Of Gate Operator And Increase Elevation For Uscg Sector St. Petersburg And Marine Safety Office Davis Island

U S COAST GUARD USA Tender

Others
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Cleaning Of Uscg Cutter Obion's Exhaust Piping

U S COAST GUARD USA Tender

Machinery and Tools
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Stratton 15k Overhaul Repair Parts For Camshaft, Valve Train & Turbo

U S COAST GUARD USA Tender

Others
United States
Closing Date29 Jan 2025
Tender AmountRefer Documents 
Nsn4810-01-691-0431 (3) Ea please See Attached Rfq

U S COAST GUARD USA Tender

Machinery and Tools
United States
Closing Date3 Feb 2025
Tender AmountRefer Documents 
Cgc Munro - Lube Oil Shell Rotella Bulk 2150 Gal.

U S COAST GUARD USA Tender

Machinery and Tools...+1Furnitures and Fixtures
United States
Closing Date3 Feb 2025
Tender AmountRefer Documents 
Purchase Of Spares For The Hc-144 Aircraft

U S COAST GUARD USA Tender

Machinery and Tools...+1Automobiles and Auto Parts
United States
Closing Date3 Feb 2025
Tender AmountRefer Documents 
Hamiliton Steering Actuator, Overhaul

U S COAST GUARD USA Tender

Others
United States
Closing Date4 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) 6220 01-536-1038 searchlight, 350 Watt Arc, 25 mfg Name: The Carlisle And Finch Company part_nbr: Xy3-ede-24arf3 qty: 5 /ea 350 Watt Xenon Arc Searchlight (25 Million Candlepower), 12" Head, Remote Electric Beam Focus (1 - 15 Degrees), External Manual Beam-size Focus Knob, Nickel Reflector, Door Interlock Safety Switch, Aluminum And Stainless Steel Construction, Powder Coat Finish, Exceeds 385 Degree Rotation (with Sliding Stop), 115 Vac, Infrared Filter, Overall Dimensions 34" X 21" X 21" , Weight Is 65 Lbs. This Search Light Does Not Come With A Power Supply Or Control Station, These Are Ordered Separately. Pricing Includes Milspec Packaging, Marking And Shipping To Baltimore, Md. Each Item Shall Be Individually Packaged In Accordance With Mil-std-2073-1e Method 10, Secured To Crate Or Cushioned As Appropriate To Prevent Movement Or Damage From External Impact. Each Item Shall Then Be Packed In An Appropriately Sized Astm[1]d6251 Type Iii, Class 1 Wood-cleated Panelboard Shipping Box, Astm-d6880 Class 2 Heavy Duty Screwed Wooden Box Or Astm-d5118 Double-wall Fiberboard 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 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 Carlisle & Finch 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 335129 And The Business Size Standard Is 500. The Resultant Purchase Order Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far 13 the U.s. Coast Guard Intends To Award On An All Or None Basis To A Responsible Offeror Whose Offer Conforming To The Solicitation Will Be The Most Advantageous To The Government. Award Will Be Lowest Price Technically Acceptable. The Coast Guard Intends To Award On A Firm Fixed Price Contract. all Responsible Sources May Submit A Quotation Via Email To Eric.i.goldstein@uscg.mil, Which If Timely Received, Shall Be Considered By The Agency. Companies Must Have Valid Duns Numbers And Be Registered With Systems For Award Management (sam) And Shall Provide The Company Tax Information Number (tin) With Their Offer. The Closing Date And Time For Receipt Of Quote Is Feb 4, 2025 At _9:00 Am Eastern Standard Time offerors Must Submit The Following Information On Their Quote: disclosure: The Offeror Under This Solicitation Represents That [check One]: __ It Is Not A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73; __ It Is A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73, But It Has Submitted A Request For Waiver Pursuant To 3009.104-74, Which Has Not Been Denied; Or __it Is A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73, But It Plans To Submit A Request For Waiver Pursuant To 3009.104-74. (g) A Copy Of The Approved Waiver, If A Waiver Has Already Been Granted, Or The Waiver Request, If A Waiver Has Been Applied For, Shall Be Attached To The Bid Or Proposal. (end Of Provision) the Following Far Clauses Provisions Apply To This Solicitation. Far 52.212-1, Instructions To Offerors-commercial Items (june 2020); Far 52.212-3, Offeror Representations And Certifications-commercial Items (november 2020) With Alternate I. Offeror(s) Must Include A Completed Copy Of Far 52.212-3 With Their Quote. the Following Far Clauses Apply To This Solicitation. Offerors May Obtain Full Text Versions Of These Clauses Electronically At Www.arnet.gov.; Far 52.212-4, Contract Terms And Conditions-commercial Items (oct 2018); Far 52.212-5, Contract Terms & Conditions Required To Implement Statutes Or Executive Orders-commercial Items (november 2020). The Following Clauses Listed Within Far 52.212-5 Are Applicable: 52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards (june 2020) 52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (october 2022) 52.219-28, Post Award Small Business Program Rerepresentation (feb 2024) 52.222-3, Convict Labor (june 2003) 52.222-19, Child Labor—cooperation With Authorities And Remedies (feb 2024) (e.o. 13126). 52.222-21, Prohibition Of Segregated Facilities (apr 2015). 52.222-26, Equal Opportunity (sep 2016) (e.o. 11246). 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793). 52.222-50, Combating Trafficking In Persons (nov 2021) 52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024) 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021) 52.232-33, Payment By Electronic Funds Transfer— System For Award Management (october 2018) 52.225-3, Buy American--free Trade Agreements--israeli Trade Act (nov 2023) the Following Items Are Incorporated As Addenda To This Solicitation: Copies Of Hsar Clauses May Be Obtained Electronically At Www.dhs.gov. cgap 3042.302-90 Valuation Requirements For The Acquisition Of Spare Parts Purchased For Inventory Control Points From Hq Contracts (oct 2008). Copies Of Cgap Clauses May Be Obtained Electronically At: Www.uscg.mil/acquisition/procurement/pdf/cim_4200_19h.pdf

U S COAST GUARD USA Tender

Others
United States
Closing Date4 Feb 2025
Tender AmountRefer Documents 
Uscgc Vigorous Shore Tie Breaker

U S COAST GUARD USA Tender

Electrical Goods and Equipments...+2Machinery and Tools, Electrical and Electronics
United States
Closing Date5 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 70z03825qb0000038 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 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 Combined Synopsis/solicitation. All Parts Must Have Clear Traceability To The Original Equipment Manufacturer (oem), Mason Electric Co. (cage Code 81579). Traceability Means A Clear, Complete, Documented, And Auditable Paper Trail Which Traces Each Step From An Oem Approved Source. see Attached Documents Titled: “requirements - 70z03825qb0000038” And “terms And Conditions – 70z03825qb0000038”. 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 Fifteen (15), At The Unit Price Specified, Up To A Maximum Quantity Of Thirty-two (32). 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 02 February 2025 At 11:00am Est. Quotes And Questions Shall Be Submitted By Email To Maggie.d.cox@uscg.mil. Please Indicate Solicitation 70z03825qb0000038 In The Subject Line. Phone Call Quotes Will Not Be Accepted.
281-290 of 291 archived Tenders