Tenders of U S Coast Guard Usa

Tenders of U S Coast Guard Usa

U S COAST GUARD USA Tender

Aerospace and Defence
United States
The United States Coast Guard Surface Forces Logistics Center Has A Requirement To Open, Inspect, Report And Possible Overhaul Of The Below Item And Is Requesting Quotation: this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format Outlined In Far Subpart 12.6, And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. solicitation Number 70z08024qaf046 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) 2024-02, Dated 22 January 2024. It Is Anticipated That A Competitive Price Purchase Order Shall Be Awarded Because Of This Synopsis/solicitation. All Responsible Sources May Submit A Quotation Which If Timely Received, Shall Be Considered By This Agency. this Acquisition Will Be Issued Under Naics 811310. nsn: 2030 01-612-7381 oem: Allied Systems Company pn: 60576 qty: 1 Ea open, Inspect, Report With Possible Repair In Accordance With The Overhaul Description And Oem Specs. inspection Cost $__________ Each (this Cost Will Be Paid If Items Are Beyond Economic Repair) firm Fixed Repair Price $___________ Each. these Parts Are Used For The U. S. Coast Guard Medium Endurance Product Line. Substitute Parts Or Part Numbers Are Not Acceptable. The Uscg Does Not Own The Rights To The Proprietary Data And Therefore Cannot Provide Drawings, Specifications, Or Schematics For These Parts. packing And Marking: all Item S Shall Be Individually Packaged And Marked Per Sections 3.9.2 And 3.9.3 Of Overhaul Description. packing. Material Shall He Packed In Containers Meeting Astm D-3951 and Shall Be Suitable For Shipment By Rail Or Motor Freight. The Contractor shall Package Items In Such A Manner As To Prevent Damage To The Equipment during Shipment. The Equipment Shall Be Packaged In Skid Mounted Shipping containers, Suitable For Handling With A Forklift. The Containers Shall Be suitable For Long Term Inside Storage In A Warehouse. Containers Shall Be assembled With Screws To Permit Ease Of Removal Of The Cover Or Lid From The base. The Generator Shall He Bolted To The Framing System. Suitable Cribbing shall Be Provided To Prevent Damage During Shipment. Protrusions, - projections, Corners, Sharp Edges, And Fragile Areas Shall He Cushioned As required To Protect The Equipment And To Prevent Rupture Of Heat Shrink-wrap materials. The Generator Hub Coupling On The Rotor Shall Be Supported To prevent Movement Of The Rotor During Transit. Fiber Boards Shall Be Inserted between The Rotor And The Stator With Yellow Tag Visible On The Coupling End saying To Remove At Installation. marking. Each Package Shall Be Marked. Shipping Container Shall Be stenciled With Black Enamel Paint With The Information As Laid Out Below. stencil Shall Be Applied To The Container On Two Opposite Sides In Upper Left corner. Markings Shall Be 3/4 Inch Minimum Height Black Characters On A white Painted Background. All Previous Markings And /or Quality Assurance decals Shall Be Removed From The Reusable Shipping Container Prior To The application Of Any New Markings. Marking Shall Consist Of The National Stock number (nsn), Item Name, Part Number, Contract Number And Delivery Order number, Shipping Weight, Quantity And Unit Of Issue, And The Words "u.s. coast Guard Sflc Material, "condition-a". The Following Is An Example: nsn: 2030 01-612-7381 Item Name: Console Ship Control p/n: 60576 shipping Weight: Xxxx Lbs (including Crate) government Contract No.: 70z080xxxxxxxxxxx (per Contract). words: Coast Guard Sflc Material Condition A, 1 Ea. delivery: delivery Is Required 5/21/24. Please Provide Your Proposed Delivery To Address Below. Deliveries Are To Be Made Monday Through Friday Between The Hours Of 7:00 Am To 1:00 Pm. delivery Shall Be F.o.b. Destination To: united States Coast Guard (sflc) receiving Room, Bldg. #88 2401 Hawkins Point Road baltimore, Md 21226. estimated Delivery Date: _________________ inspection And Acceptance: F.o.b. Destination inspection And Acceptance Shall Take Place After Verification Of Preservation, Individual Packaging And Marking Requirements And Confirmation Of No Damage During Transit. Failure To Comply With Packaging Requirements Will Result In Rejection And Nonpayment. the Provision At 52.212-1, Instructions To Offerors-commercial, Applies To This Acquisition. In Addition, The Following Language Applies To This Provision: multiple Awards Will Not Be Made. Vendor Shall Provide An All-or-nothing Quote For The Requirement Identified In (5) Above. award Will Be Made To The Lowest Price Offeror, That Is Deemed Technical Acceptable. the Contractor Shall Provide A Total Firm Fixed Price With Inspection Fee For All Necessary Equipment And Shipping Cost To Addresses Shown Under Delivery. vendor Must Be Registered At Https://www.sam.gov Prior To Quote Submittal. each Offeror’s Record In Fapiis Will Be Reviewed Prior To Award. Award Will Not Be Made To Any Offeror Who Has Any Adverse Financial Information Or Exclusions. offerors Shall Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services (nov 2023), With Their Offer, If This Information Is Not Already Included In Https://www.sam.gov. the Clause At 52.212-4, Contract Terms And Conditions-commercial Items (nov 2023), Applies To This Acquisition. far 52.212-5 Contract Terms And Conditions Required To Implement Statues Or Executive Orders-commercial Product And Commercial Services (dec 2023) the Contractor Shall Comply With The Following Federal Acquisition Regulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Laws Or Executive Orders Applicable To Acquisitions Of Commercial Products And Commercial Service: (1)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements(jan 2017)(section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). (3)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232). (4)52.209-10, Prohibition Oncontractingwith Inverted Domestic Corporations(nov 2015). (5)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023)(31 U.s.c. 3903and10 U.s.c. 3801). (6)52.233-3, Protest After Award(aug 1996)(31u.s.c.3553). (7)52.233-4, Applicable Law For Breach Of Contractclaim(oct 2004)(public Laws 108-77 And 108-78 (19u.s.c.3805note)). (b)the Contractorshallcomply With The Far Clauses In This Paragraph (b) That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: [contracting Officercheck As Appropriate.] __(1)52.203-6, Restrictions On Subcontractor Sales To The Government(jun 2020),withalternatei(nov 2021)(41u.s.c.4704and10 U.s.c. 4655). __(2)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509)). __(3)52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009(jun 2010)(section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.) __(4)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712); This Clause Does Not Apply To Contracts Of Dod, Nasa, The Coast Guard, Or Applicable Elements Of The Intelligence Community—see Far3.900(a). x(5)52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards(jun 2020)(pub. L. 109-282) (31u.s.c.6101note). __(6)[reserved]. __(7)52.204-14, Service Contract Reporting Requirements(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). __(8)52.204-15, Service Contract Reporting Requirements For Indefinite-delivery Contracts(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). __(9)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328). (10)52.204–28, Federalacquisitionsupply Chain Security Act Orders—federal Supply Schedules, Governmentwideacquisitioncontracts, And Multi-agency Contracts.(dec 2023)(pub. L. 115–390, Title Ii). __(11)(i)52.204–30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). __(ii)alternatei(dec 2023)of 52.204–30. x (12)52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed Fordebarment.(nov 2021)(31u.s.c.6101note). __(13)52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters(oct 2018)(41u.s.c.2313). __(14)[reserved]. __(15)52.219-3, Notice Ofhubzoneset-aside Or Sole-source Award (oct 2022) (15u.s.c.657a). __(16)52.219-4, Notice Of Price Evaluation Preference Forhubzonesmall Business Concerns (oct 2022) (if Theofferorelects To Waive The Preference, Itshallso Indicate In Itsoffer) (15u.s.c.657a). __(17)[reserved] (18)(i)52.219-6, Notice Of Total Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-6. __(19)(i)52.219-7, Notice Of Partial Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-7. __(20)52.219-8, Utilization Of Small Business Concerns (sep 2023) (15u.s.c.637(d)(2)and (3)). __(21)(i)52.219-9, Small Business Subcontracting Plan (sep 2023) (15u.s.c.637(d)(4)). __(ii)alternatei(nov 2016)of52.219-9. __(iii)alternateii(nov 2016)of52.219-9. __(iv)alternateiii(jun 2020)of52.219-9. __(v)alternateiv (sep 2023) Of52.219-9. __(22)(i)52.219-13, Notice Of Set-aside Of Orders(mar 2020)(15u.s.c.644(r)). __(ii)alternatei(mar 2020)of52.219-13. __(23)52.219-14, Limitations On Subcontracting (oct 2022) (15u.s.c.637s). __(24)52.219-16, Liquidated Damages—subcontracting Plan(sep 2021)(15u.s.c.637(d)(4)(f)(i)). __(25)52.219-27, Notice Of Service-disabled Veteran-owned Small Business Set-aside (oct 2022) (15u.s.c.657f). __(26)(i)52.219-28, Post Award Small Business Program Rerepresentation (sep 2023)(15u.s.c.632(a)(2)). __(ii)alternatei(mar 2020)of52.219-28. __(27)52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantagedwomen-owned Small Business Concerns(oct 2022) (15u.s.c.637(m)). __(28)52.219-30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15u.s.c.637(m)). __(29)52.219-32, Orders Issued Directly Under Small Business Reserves(mar 2020)(15u.s.c.644(r)). __(30)52.219-33, Nonmanufacturer Rule(sep 2021)(15u.s.c. 637(a)(17)). x(31)52.222-3, Convict Labor(jun 2003)(e.o.11755). x(32)52.222-19, Child Labor-cooperation With Authorities And Remedies(nov 2023). x(33)52.222-21, Prohibition Of Segregated Facilities(apr 2015). x(34)(i)52.222-26, Equal Opportunity(sep 2016)(e.o.11246). __(ii)alternatei(feb 1999)of52.222-26. __(35)(i)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). __(ii)alternatei(jul 2014)of52.222-35. x(36)(i)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). __(ii)alternatei(jul 2014)of52.222-36. __(37)52.222-37, Employment Reports On Veterans (jun 2020) (38u.s.c.4212). __(38)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). x(39)(i)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o. 13627). __(ii)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78and E.o. 13627). __(40)52.222-54, Employment Eligibility Verification(may2022)(executive Order 12989). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items Or Certain Other Types Ofcommercial Productsorcommercial Servicesas Prescribed In Far22.1803.) __(41)(i)52.223-9, Estimate Of Percentage Ofrecovered Materialcontent For Epa–designated Items (may2008) (42u.s.c.6962(c)(3)(a)(ii)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(ii)alternatei(may2008)of52.223-9(42u.s.c.6962(i)(2)(c)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(42)52.223-11,ozone-depleting Substancesandhigh Global Warming Potential Hydrofluorocarbons(jun 2016) (e.o. 13693). __(43)52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners(jun 2016)(e.o. 13693). __(44)(i)52.223-13,acquisitionof Epeat®-registered Imaging Equipment(jun 2014)(e.o.s 13423 And 13514). __(ii)alternatei(oct 2015)of52.223-13. __(45)(i)52.223-14,acquisitionof Epeat®-registered Televisions(jun 2014)(e.o.s 13423 And 13514). __(ii)alternatei (jun2014) Of52.223-14. __(46)52.223-15, Energy Efficiency In Energy-consumingproducts(may2020)(42u.s.c.8259b). __(47)(i)52.223-16,acquisitionof Epeat®-registered Personal Computerproducts(oct 2015)(e.o.s 13423 And 13514). __(ii)alternatei(jun 2014)of52.223-16. x(48)52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving(jun 2020)(e.o. 13513). __(49)52.223-20, Aerosols(jun 2016)(e.o. 13693). __(50)52.223-21, Foams (jun2016) (e.o. 13693). __(51)(i)52.224-3privacy Training(jan 2017)(5 U.s.c. 552 A). __(ii)alternatei(jan 2017)of52.224-3. __(52)(i)52.225-1, Buy American-supplies(oct 2022)(41u.s.c.chapter83). __(ii)alternatei(oct 2022)of52.225-1. x(53)(i)52.225-3, Buy American-free Trade Agreements-israeli Trade Act(nov 2023)(19 U.s.c. 3301 Note,19 U.s.c. 2112 Note,19 U.s.c. 3805 Note,19 U.s.c. 4001 Note, 19 U.s.c. Chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43. __(ii)alternatei [reserved]. __(iii)alternateii(dec2022)of52.225-3. __(iv)alternateiii(nov 2023)of52.225-3. __(v)alternateiv (oct 2022) Of52.225-3. __(54)52.225-5, Trade Agreements(nov 2023)(19u.s.c.2501,et Seq.,19u.s.c.3301note). x(55)52.225-13, Restrictions On Certain Foreign Purchases(feb 2021)(e.o.’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury). __(56)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016) (section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). __(57)52.226-4, Notice Of Disaster Oremergencyarea Set-aside (nov 2007) (42u.s.c.5150). __(58)52.226-5, Restrictions On Subcontracting Outside Disaster Oremergencyarea (nov2007) (42u.s.c.5150). __(59)52.229-12, Tax On Certain Foreignprocurements(feb 2021). __(60)52.232-29, Terms For Financing Of Purchases Ofcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). __(61)52.232-30, Installment Payments Forcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). x(62)52.232-33, Payment Byelectronic Funds Transfer-system For Award Management(oct2018)(31u.s.c.3332). __(63)52.232-34, Payment Byelectronic Funds Transfer-other Thansystem For Award Management(jul 2013) (31u.s.c.3332). __(64)52.232-36, Payment By Third Party(may2014)(31u.s.c.3332). __(65)52.239-1, Privacy Or Security Safeguards(aug 1996)(5u.s.c.552a). __(66)52.242-5, Payments Tosmall Business Subcontractors(jan 2017)(15u.s.c.637(d)(13)). __(67)(i)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631). __(ii)alternatei(apr 2003)of52.247-64. __(iii)alternateii(nov 2021)of52.247-64. (c)the Contractorshallcomply With The Far Clauses In This Paragraph (c), Applicable Tocommercial Services, That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: (contracting Officercheck As Appropriate.] x(1)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). x(2)52.222-42, Statement Of Equivalent Rates For Federal Hires(may2014)(29u.s.c.206and41u.s.c.chapter67). __(3)52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year Andoptioncontracts)(aug 2018)(29u.s.c.206and41u.s.c.chapter67). __(4)52.222-44, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (may2014) (29u.s.c.206and41u.s.c.chapter67). __(5)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). __(6)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). __(7)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). __(8)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). __(9)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42u.s.c.1792). (d)comptroller General Examination Of Record. The Contractorshallcomply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of Thesimplified Acquisition Threshold, As Defined In Far2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At52.215-2, Audit And Records-negotiation. (1)the Comptroller General Of Theunited States, Or An Authorized Representative Of The Comptroller General,shallhave Access To And Right To Examine Any Of The Contractor’s Directly Pertinent Records Involving Transactions Related To This Contract. (2)the Contractorshallmake Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminatedshallbe Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Ofclaimsarising Under Or Relating To This Contractshallbe Made Available Until Such Appeals, Litigation, Orclaimsare Finally Resolved. (3)as Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law. (e) (1)notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1), In A Subcontract Forcommercial Productsor Commercial Services. Unless O (i)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509). (ii)52.203-17, Contractor Employee Whistleblower Rights(nov 2023)(41 U.s.c. 4712). (iii)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (iv)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kasperskylab Covered Entities(dec 2023)(section 1634 Of Pub. L. 115-91). (v)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232). (vi)52.204-27, Prohibition On A Bytedance Covered Application(jun 2023)(section 102 Of Division R Of Pub. L. 117-328). (vii)(a)52.204–30, Federalacquisitionsupply Chain Security Act Orders—prohibition.(dec 2023)(pub. L. 115–390, Title Ii). (b)alternatei(dec 2023)of 52.204–30. (viii)52.219-8, Utilization Of Small Business Concerns (sep 2023) (15u.s.c.637(d)(2)and (3)), In All Subcontracts Thatofferfurther Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far19.702(a) On The Date Of Subcontract Award, The Subcontractormustinclude52.219-8in Lower Tier Subcontracts Thatoffersubcontracting Opportunities. (ix)52.222-21, Prohibition Of Segregated Facilities(apr 2015). (x)52.222-26, Equal Opportunity(sep 2015)(e.o.11246). (xi)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). (xii)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). (xiii)52.222-37, Employment Reports On Veterans(jun 2020)(38u.s.c.4212). (xiv)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause52.222-40. (xv)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). (xvi)(a)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o 13627). (b)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78ande.o.13627). (xvii)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). (xviii)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). (xix)52.222-54, Employment Eligibility Verification(may2022)(e.o. 12989). (xx)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). (xxi)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). (xxii)(a)52.224-3, Privacy Training (jan 2017) (5u.s.c.552a). (b)alternatei(jan 2017)of52.224-3. (xxiii)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016)(section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008; 10 U.s.c. Subtitle A, Part V, Subpart G Note). (xxiv)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations(jun 2020)(42u.s.c.1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause52.226-6. (xxv)52.232-40, Providing Accelerated Payments Tosmall Business Subcontractors(mar 2023) (31 U.s.c. 3903and10 U.s.c. 3801). Flow Down Required In Accordance With Paragraph (c) Of52.232-40. (xxvi)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause52.247-64. (2)while Not Required, The Contractormayinclude In Its Subcontracts Forcommercial Productsandcommercial Servicesa Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations. 14. Electronic Submission Of Payment Requests (a) Definitions. As Used In These Instructions - (1) “payment Request” Means A Bill, Voucher, Invoice, Or Request For Contract Financing Payment With Associated Supporting Documentation. The Payment Request Must: Comply With The Requirements Identified In Far 32.905(b), “content Of Invoices” And The Applicable Payment Clause Included In This Contract. In Addition, Discount Offerings And Small Business Status If Available Shall Be Stated. If Travel Was Allowable And Approved, Components In Accordance With Far 31.205-46 Shall Be Provided. (b) The Contractor Shall Submit Payment Requests Electronically Using The Invoice Processing Platform (ipp). The Contractor Will Submit Payment Requests Using The Blank Form In Ipp. (c) Information Regarding Ipp, Including Ipp Customer Support Contact Information, Is Available At Www.ipp.gov Or Any Successor Site. (d) Ipp Enrollment Information Is At Https://www.uscg.mil/fincen/ipp/. additional Clauses hsar 3052.212-70contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items. as Prescribed In (hsar) 48 Cfr 3012.301, Insert The Following Clause: contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items (sep 2012) the Contractor Agrees To Comply With Any Provision Or Clause That Is Incorporated Herein By Reference To Implement Agency Policy Applicable To Acquisition Of Commercial Items Or Components. The Provision Or Clause In Effect Based On The Applicable Regulation Cited On The Date The Solicitation Is Issued Applies Unless Otherwise Stated Herein. The Following Provisions And Clauses Are Incorporated By Reference: [the Contracting Officer Should Either Check The Provisions And Clauses That Apply Or Delete The Provisions And Clauses That Do Not Apply From The List. The Contracting Officer May Add The Date Of The Provision Or Clause If Desired For Clarity.] (a)provisions. x 3052.247-72 F.o.b. Destination Only. (end Of Clause) 15. Defense Priorities And Allocations System (dpas) Ratings Are Not Applicable. 16. Quotes Are Due Not Later Than 28 Feb 24, By 0900 Am Eastern Daylight Savings Time (dst). 17. All Questions Regarding This Notice Shall Be Submitted In Writing To Nina Crosby No Later Than 27 Feb 24. Quote Shall Be Emailed To Nina.m.crosby@uscg.mil.
Closing Date28 Feb 2024
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

United States
Overhaul Of Aileron Booster Assy
Closing Date15 Jan 2024
Tender AmountUSD 97.6 K 
This is an estimated amount, exact amount may vary.

U S COAST GUARD USA Tender

Corrigendum : Closing Date Modified
United States
A00001 - This Is To Advise That This Solicitation Has Been Extended. It Is Now Set To Expire On Thursday, February 29th At 2:00pm 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 1901(c), As Implemented In Far 13.106-1 (b) (1). In Accordance With Far 13.106-1(b) (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 1615. 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 70z03824qj0000154 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 Amy.e.whitehurst2@uscg.mil And Mrr-procurement@uscg.mil With 70z03824qj0000154 In The Subject Line Which Will Be Considered By The Agency If Received No Later Than 2:00 P.m., (est) On 29 February 2024. 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 Attachment 1 – “list Of Items - 70z03824qj0000154” see Attachment 2 – “redacted J And A – 70z03824qj0000154”
Closing Date29 Feb 2024
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Electrical Goods and Equipments...+1Electrical and Electronics
United States
This Is A Combined Synopsis/solicitation For Commercial Item Contract, Prepared In Accordance With The Format In Subpart 12.6 Of The Far And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested And A Separate Written Solicitation Will Not Be Issued. solicitation Number 2124404b3000hs006 Applies, And Is Issued As A Request For Quotation. this Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2023-02(feb 2023). this Procurement Is 100% Set Aside For Small Business. The North American Industry Classification System (naics) Code Is 336611 And The Business Size Standard Is 1000 Ppl. U.s. Coast Guard Surface Forces Logistics Center Intends To Award A Firm Fixed Price Contract. The United States Coast Guard (uscg) Hereby Submits A Sole Source Firm Fixed Price Synopsis/solicitation For Control Factors Seattle Inc. For These Items.please See The Attached Jotfoc. this Sole Source Contracting Action Is In Accordance With Federal Aquisition Regulation (far) 13.106-1(2)(b) (urgent) And 6.303-2 Modified To Reflect Procedures In 13.5 (a)(ii). responses To This Notice Must Demonstrate Clear And Convincing Evidence That Awarding To Anyone Other Than Control Factors Seattle Inc. Would Be advantageous To The Government, And Would Not Be Cost Or Time Prohibitive. all Responsible Sources May Submit A Quotation, Which If Timely Received, Shall Be Considered By The Agency Companies Must Be Registered With System For Award Management (sam) @ Www.sam.gov And Shall Provide The Company Sam Id & Tax Information Number (tin) With Their Offer. The Closing Date And Time For Receipt Of Quote Is _february 29 , 2024_, At _12_ P.m. Eastern Standard Time. Item 0001 – Nsn 4730 01-362-1254 strainer,sediment mfg Name: Eaton Filtration Llc part_nbr: St053030bf11ts Quantity: 10 Ea Delivery Date: 04/01/2024 Unit Price:_______________ Total: _____________ place Of Delivery Is: Uscg Yard, 2401 Hawkins Point Road, Bldg 88, Baltimore, Md 21226. **** Please Quote Prices Fob Destination. **** the Following Far Clauses Apply To This Solicitation. Offerors May Obtain Full Text Versions Of These Clauses Electronically At Http://www.arnet.gov/far. Far 52.212-1 Instructions To Offerors-commercial Items (mar 2023). 1. Parties Responding To This Solicitation May Submit Their Offer In Accordance With Their Standard Commercial Practices (e.g. On Company Letterhead, Formal Quote Form, Etc.) But Must Include The Following Information: A) Company’s Complete Mailing And Remittance Addresses, B) Discounts For Prompt Payment If Applicable C) Cage Code, D) Sams Unique Entity Id, e) Taxpayer Id Number. offerors Shall Agree To The Delivery Condition By The Government. offerors Shall Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Items With Their Offer. 52.212-2 Evaluation-commercial Items (oct 2014). – Delivery, Pricing And Relevant Past Performance Are The Evaluation Factors. This Is A Commercial Item Acquisition. Award Will Be Made To Lowest Cost Technically Acceptable. All Evaluation Factors Will Be Considered As Delivery Is As Important As Cost. The Government Intends To Award On An All Or None Basis To A Responsible Offeror Whose Offer Conforms To The Solicitation, And Provides The Government With The Lowest Cost Technically Acceptable And Meeting Our Pdd. The Evaluation And Award Procedures In Far 13.106 Apply. far 52.212-3 Offeror Representations And Certifications-commercial Items (oct 2018) With Alt 1 Included Are To Be Submitted With Your Offers. far 52.212-4 Contract Terms And Conditions-commercial Items (dec 2022) Applies To This Acquisition. far 52.212-5 Contract Terms And Conditions Required To Implement Statues Or Executive Orders, Commercial Items (mar 2023).the Following Clauses Listed In 52.212-5 Are Incorporated: 52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) (pub.l. 109-282)(31 U.s.c. 6101 Note). 52.204-13, System For Award Management Registration (oct 2018) 52.219-6, Notice Of Total Small Business Aside (nov 2020) (15 U.s.c. 644). 52.219-28, Post Award Small Business Program Rerepresentation (mar 2023) (15 U.s.c. 632 (a)(2). 52.222-3 Convict Labor (june 2003) (e.o. 11755) 52.222.19 Child Labor-cooperation With Authorities And Remedies (jan 2018) (eo 11755) 52.222-26 Equal Opportunity (sep 2016)(e.o. 11246) 52.222-36, Affirmative Action For Workers With Disabilities (jul 2014) (29 U.s.c. 793). 52.222-50, Combating Trafficking In Persons (jan 2019) (22u.s.c.chapter78 And E.o. 13627) 52.223-18, Contractor Policy To Ban Text Messaging While Driving (aug 2011) (e.o. 13513). 52.225-1, Buy American-supplies (oct 2022) (41u.s.c.chapter83) 52.225-13, Restrictions On Certain Foreign Purchases (jun 2008) (e.o.’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury). 52.232-33 Payment By Electronic Funds Transfer Central Contractor Registration (oct 2018)(31.s.c. 3332). 52.222-41, Service Contract Act Of 1965 (aug 2018) (41 U.s.c. 351, Et Seq.). 52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014)(29 U.s.c. 206 And 41 U.s.c. 351, Et Seq.). 52.233-3 Protest After Award (aug. 1996.) 52.233-4 Applicable Law For Breach Of Contract Chain (oct.2004). defense Priorities And Allocations System (dpas): N/a quotes Are Due By 12:00 Pm Est On 29 February 2024. Quotes May Be Emailed To Brandie.r.dunnigan@uscg.mil poc Is Brandie Dunnigan, Procurement Agent, 410-762-6446.
Closing Date29 Feb 2024
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Electrical Goods and Equipments...+1Electrical and Electronics
United States
This Is A Combined Synopsis/solicitation For Commercial Items, Prepared In Accordance With The Format In Subpart 12.6 Of The Far 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 2124404y152137569 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 2005-87, Effective, 7 March 2016. it Is Anticipated That A Competitive Price 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. the U.s. Coast Guard, Surface Forces Logistics Center (sflc) Intends To Award A Firm Fixed Price Purchase Order. quotes Will Be Evaluated 1st By Who Can Provide All The Requested Items, Then Delivery Time Frame And Finally By Price. the United States Coast Guard Surface Forces Logistics Center Has A Requirement For The Following Items: please Quote With Delivery To Zip Code 21226 - No Substitutions.. vendor Shall Provide: all Items Listed In The Attached Parts List And No Substituions Will Be Authorized Without Approval From Uscg Yard Technical Experts. item 0001 – Module communication Module For Modbus Tp/ip Communication Client Module Controllogix. nsn: 5963 01-lg1-9483 cage Code & Part Number: 99333 / 138646 99333 / Mvi56e-mnetcr quantity: 7 Ea Required Delivery Date: 05/01/2024 unit Price: _______________ Promised Delivery Date: _______________ total Amount: ____________ item 0002 – Module phoenix Contact Mguard Firewall. Fl Mguard Rs4000 Tx/tx. nsn: 5963 01-lg1-9496 cage Code & Part Number: 1f0x7 / 70241606 | Item# 1149348 1f0x7 / Alu 70241606 2700634 quantity: 7 Ea Required Delivery Date: 05/01/2024 unit Price: _______________ Promised Delivery Date: _______________ total Amount: ____________ * Delivery Address Listed Below. * *all Deliveries Are Required By 05/01/2024* ** Total Cost Shall Have Delivery And Any Freight Charges Included. ** ** Shipping: Fob Destination Required. ** ship To: Uscg Surface Forces Logistics Center 2401 Hawkins Point Road Receiving Room- Building 88 Baltimore, Md 21226 preparation For Delivery all Material Must Be Shipped To U.s. Coast Guard Surface Forces Logistics Center, 2401 Hawkins Point Road, Receiving Room- Bldg 88, Baltimore, Md, 21226 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 Now A Requirement That All Invoicing For Purchase Orders Will Now Be Entered And Processed Through Https://www.ipp.gov.
Closing Date29 Feb 2024
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Aerospace and Defence
United States
Open, Inspect, Report And Repair Circuit Breaker
Closing Date29 Feb 2024
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Repair For Dynamic Components Utilized On The Mh-65 Aircraft
Closing Date1 Mar 2024
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Electrical Goods and Equipments...+1Electrical and Electronics
United States
This Is A Combined Synopsis/solicitation For Commercial Items, Prepared In Accordance With The Format In Subpart 12.6 Of The Far And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes Only Solicitation; Quotes Are Being Requested And A Separate Written Solicitation Will Not Be Issued. solicitation Number2124404y1164a23001001 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 2005-87, Effective, 7 March 2016. It Is Anticipated That A Competitive Price 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. the U.s. Coast Guard, Surface Forces Logistics Center (sflc) Intends To Award A Firm Fixed Price Purchase Order. No Down Payments Or Advanced Payments Will Be Made To The Awarded Vendor. Vendor Shall Ensure They Can Secure Funding For This Order Until Delivered And Received By The Us Coast Guard. Payment Will Be Made By Government Purchase Order (net 30) And The Vendor Shall Assume Financial Responsibility Until The Order Is Accepted And Received By Us Coast Guard. Payment Of The Work Is Authorized To Be Submitted As Work Is Completed But Must Be Approved By The Contracting Officer First. basis For Award:thissolicitation Is Based On Far 13 – Simplified Acquisition Procedures And Quotes Will Be Reviewed And Awarded On A Lowest Priced Technically Acceptable Basis Per The Solicitation. Past Performance Will Only Be Reviewed For “responsibility” Basis Per Far 9.1.there Are No Adjectival Ratings Nor Will Award Be Based On A Best Value Tradeoff Basis.all Quote’s Will Be Evaluated For Who Meets All The Technical Requirements, Next Who Meets Our Deadlines And Finally What Is The Lowest Cost. all Quotes Shall Be Emailed To Shannon Carter Via Shannon.r.carter@uscg.mil And Shall Be Received No Later Than March 1, 2024 At 12:00 Pm (eastern). All Emailed Quotes Shall Have 2124404y1164a23001001 In The Subject Of The Email. item 0001 – Drive Control Section part Number: R01968 quantity: 1 Ea Required Delivery Date: 03/15/24 unit Price: _______________ Promised Delivery Date: _______________ total Amount: ____________ item 0002 – 24vdc Power Supply part Number: R03194 quantity: 1 Ea Required Delivery Date: 03/15/24 unit Price: _______________ Promised Delivery Date: _______________ total Amount: ____________ item 0003 – Drive Power Section part Number: R01897 quantity: 1 Ea Required Delivery Date: 03/15/24 unit Price: _______________ Promised Delivery Date: _______________ total Amount: ____________ item 0004 – 28a Drive Power Section part Number: R01901 quantity: 1 Ea Required Delivery Date: 03/15/24 unit Price: _______________ Promised Delivery Date: _______________ total Amount: ____________ item 0005 – Onsite Service 22hrs, Including Travel And Expense pricing: 1 Job $__________________ item 0006 – Drive Control Section part Number: R01968 quantity: 1 Ea Required Delivery Date: 03/15/24 unit Price: _______________ Promised Delivery Date: _______________ total Amount: ____________ place Of Performance: U.s. Coast Guard Yard Attn: Richard Aro 2401 Hawkins Point Road Baltimore, Md 21226 invoicing In Ipp it Is Now A Requirement That All Invoicing For Purchase Orders Will Now Be Entered And Processed Through Https://www.ipp.gov.
Closing Date1 Mar 2024
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Electrical Goods and Equipments...+1Electrical 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 70z03824qb0000107 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2024-02 Effective January 22, 2024. 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 Manufacturers (oems), Liebherr-aerospace Toulouse Sas (cage Code F1958). Traceability Means A Clear, Complete, Documented, And Auditable Paper Trail Which Traces Each Step From An Oem Approved Source. see Attached Documents Titled: “requirements - 70z03824qb0000107” And “terms And Conditions – 70z03824qb0000107”. 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 Six (6), 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 04 March 2024 At 12:00 Pm Est. Quotes And Questions Shall Be Submitted By Email To Charles.b.colson@uscg.mil. Please Indicate Solicitation 70z03824qb0000107 In The Subject Line. Phone Call Quotes Will Not Be Accepted. notice For Filing Agency Protests united States Coast Guard Ombudsman Program it Is The Policy Of The United States Coast Guard (uscg) To Issue Solicitations And Make Contract Awards In A Fair And Timely Manner. The Ombudsman Program For Agency Protests (opap) Was Established To Investigate Agency Protest Issues And Resolve Them Without Expensive And Time- Consuming Litigation. Opap Is An Independent Reviewing Authority That Is Empowered To Grant A Prevailing Protester Essentially The Same Relief As The Government Accountability Office (gao). interested Parties Are Encouraged To Seek Resolution Of Their Concerns Within The Uscg As An Alternative Dispute Resolution (adr) Forum Rather Than Filing A Protest With The Gao Or Some External Forum. Interested Parties May Seek Resolution Of Their Concerns Informally Or Opt To File A Formal Agency Protest With The Contracting Officer Or Ombudsman. informal Forum With The Ombudsman. Interested Parties Who Believe A Specific Uscg Procurement Is Unfair Or Otherwise Defective Should First Direct Their Concerns To The Applicable Contracting Officer. If The Contracting Officer Is Unable To Satisfy Their Concerns, Interested Parties Are Encouraged To Contact The U.s. Coast Guard Ombudsman For Agency Protests. Under This Informal Process The Agency Is Not Required To Suspend Contract Award Performance. Use Of An Informal Forum Does Not Suspend Any Time Requirement For Filing A Protest With The Agency Or Other Forum. In Order To Ensure A Timely Response, Interested Parties Should Provide The Following Information To The Ombudsman: Solicitation/contract Number, Contracting Office, Contracting Officer, And Solicitation Closing Date (if Applicable). formal Agency Protest With The Ombudsman. Prior To Submitting A Formal Agency Protest, Protesters Must First Use Their Best Efforts To Resolve Their Concerns With The Contracting Officer Through Open And Frank Discussions. If The Protester’s Concerns Are Unresolved, An Independent Review Is Available By The Ombudsman. The Protester May File A Formal Agency Protest To Either The Contracting Officer Or As An Alternative To That, The Ombudsman Under The Opap Program. contract Award Or Performance Will Be Suspended During The Protest Period Unless Contract Award Or Performance Is Justified, In Writing, For Urgent And Compelling Reasons Or Is Determined In Writing To Be In The Best Interest Of The Government. The Agency’s Goal Is To Resolve Protests In Less Than 35 Calendar Days From The Date Of Filing. Protests Shall Include The Information Set Forth In Far 33.103(d)(2). If The Protester Fails To Submit The Required Information, Resolution Of The Protest May Be Delayed Or The Protest May Be Dismissed. To Be Timely Protests Must Be Filed Within The Period Specified In Far 33.103(e). Formal Protests Filed Under The Opap Program Should Be Submitted Electronically To Opap@uscg.mil And The Contracting Officer Or By Hand Delivery To The Contracting Officer. election Of Forum. After An Interested Party Protests A Coast Guard Procurement To The Contracting Officer Or The Ombudsman, And While The Protest Is Pending, The Protester Agrees Not To File A Protest With The Gao Or Other External Forum. If The Protest Is Filed With An External Forum, The Agency Protest Will Be Dismissed.
Closing Date4 Mar 2024
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Electronics Equipment...+1Electrical and Electronics
United States
This Special Notice Constitutes The Only Solicitation. A Written Solicitation Will Not Be Issued. Solicitation Number 70z03824ql0000049 Is Issued As A Special Notice Of Intent To Award To Neuro Logic Systems, Inc. (cage Code 1l5f5), 451 Constitution Ave. Camarillo, Ca 93012 For The Repair Of The Below Mso Display To Support The Hc-144 Aircraft: nsn- 1560-01-hs3-0699 part Number- Rf-20-r-pip-28-v2 nomenclature- Mso Display qty- 1 at The Time Of Award, The Uscg Intends To Place An Order For The Repair Of One (1) Items For Line Item 1. Iaw Federal Acquisition Regulation (far) 52.217-6 The Uscg May Require Twenty (20) Additional Items For A Maximum Quantity Of Twenty One (21) Items For Line Item 1 At The Same Price 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. any Vendor, Except The Oem Or A Production Approval Holder (pah), Repairing/overhauling/modifying Coast Guard Aircraft Components Must Be Faa 145 Certified And Perform At Least Fifty Percent (50%) Of The Work At Their Company’s Faa Certified Facility. Unless Otherwise Instructed By The Contracting Officer, Awards For The Repair Or Overhaul Of Coast Guard Aircraft Repairable Components Shall Only Be Awarded Directly To Service Vendors Who Have Been Deemed Fully Capable Of Performing Such Services By Division Level Command-appointed Coast Guard Engineers Or Equipment Specialists. Vendors Who Do Not Meet The Above Stated Capability Requirement Will Not Be Considered And Should Not Respond To This Solicitation/ Request For Quote (rfq). incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 22024-03 Effective February 23, 2024. The Applicable North American Industry Classification Standard (naics) Code Is 488190. The Small Business Size Standard Is $40m. the Following Attachments Apply To This Solicitation: attachment A – Terms And Conditions attachment B – Statement Of Work attachment C – Redacted Justification For Other Than Full And Open Competition attachment D- Wage Determination it Is Anticipated That A Sole Source Purchase Order Will Be Awarded As A Result Of This Notice Pending The Availability Of Funds. It Is The Government’s Belief That Neuro Logic Systems Inc. Is The Only Potential Source With Access To The Required Proprietary Technical And Engineering Data To Provide The Repair Of The Mso Display. Concerns Having The Expertise And Required Capabilities To Provide These Parts Are Invited To Submit Complete Information Discussing The Same Within Ten (10) Calendar Days From This Posting. Vendors Who Do Not Meet The Capability Requirement Will Not Be Considered. The Notice Of Intent Will Not Be Extended Or The Award Delayed For A Vendor To Submit Their Data For Capability Determination Or For Registration In Beta.sam.gov. the Closing Date For This Intent To Award Notice Is Mar 5, 2024 At 4:00 Pm Et. Point Of Contact For This Intent To Award Notice Is Stephanie.o.reams@uscg.mil. Please Indicate 70z03824ql0000049 In The Subject Line. notice For Filing Agency Protests united States Coast Guard Ombudsman Program it Is The Policy Of The United States Coast Guard (uscg) To Issue Solicitations And Make Contract Awards In A Fair And Timely Manner. The Ombudsman Program For Agency Protests (opap) Was Established To Investigate Agency Protest Issues And Resolve Them Without Expensive And Time- Consuming Litigation. Opap Is An Independent Reviewing Authority That Is Empowered To Grant A Prevailing Protester Essentially The Same Relief As The Government Accountability Office (gao). interested Parties Are Encouraged To Seek Resolution Of Their Concerns Within The Uscg As An Alternative Dispute Resolution (adr) Forum Rather Than Filing A Protest With The Gao Or Some External Forum. Interested Parties May Seek Resolution Of Their Concerns Informally Or Opt To File A Formal Agency Protest With The Contracting Officer Or Ombudsman. informal Forum With The Ombudsman. Interested Parties Who Believe A Specific Uscg Procurement Is Unfair Or Otherwise Defective Should First Direct Their Concerns To The Applicable Contracting Officer. If The Contracting Officer Is Unable To Satisfy Their Concerns, Interested Parties Are Encouraged To Contact The U.s. Coast Guard Ombudsman For Agency Protests And Cc The Contracting Officer. Under This Informal Process The Agency Is Not Required To Suspend Contract Award Performance. Use Of An Informal Forum Does Not Suspend Any Time Requirement For Filing A Protest With The Agency Or Other Forum. In Order To Ensure A Timely Response, Interested Parties Should Provide The Following Information To The Ombudsman At Opap@uscg.mil And The Contracting Officer: Solicitation/contract Number, Contracting Office, Contracting Officer’s Name, Solicitation Closing Date (if Applicable), And Their Concerns. formal Agency Protest With The Ombudsman. Prior To Submitting A Formal Agency Protest, Protesters Must First Use Their Best Efforts To Resolve Their Concerns With The Contracting Officer Through Open And Frank Discussions. If The Protester’s Concerns Are Unresolved, An Independent Review Is Available By The Ombudsman. The Protester May File A Formal Agency Protest To Either The Contracting Officer Or As An Alternative To That, The Ombudsman Under The Opap Program, And Cc The Contracting Officer In All Communications. contract Award Or Performance Will Be Suspended During The Protest Period Unless Contract Award Or Performance Is Justified, In Writing, For Urgent And Compelling Reasons Or Is Determined In Writing To Be In The Best Interest Of The Government. The Agency’s Goal Is To Resolve Protests In Less Than 35 Calendar Days From The Date Of Filing. Protests Shall Include The Information Set Forth In Far 33.103(d)(2). If The Protester Fails To Submit The Required Information, Resolution Of The Protest May Be Delayed Or The Protest May Be Dismissed. To Be Timely Protests Must Be Filed Within The Period Specified In Far 33.103(e). Formal Protests Filed Under The Opap Program Should Be Emailed To Opap@uscg.mil And The Contracting Officer. election Of Forum. After An Interested Party Protests A Coast Guard Procurement To The Contracting Officer Or The Ombudsman, And While The Protest Is Pending, The Protester Agrees Not To File A Protest With The Gao Or Other External Forum. If The Protest Is Filed With An External Forum, The Agency Protest Will Be Dismissed.
Closing Date5 Mar 2024
Tender AmountRefer Documents 
3201-3210 of 3327 archived Tenders