Tenders of U S Coast Guard Usa

Tenders of U S Coast Guard Usa

U S COAST GUARD USA Tender

United States
The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part: item 1) nsn: 4320-01-604-2845 pump Centrifugal raw Water Circulation no. 1 And No. 2 Auxilary Cooling Pump uscg Frc Class Cutter Sea Water General Service pump Assembly carver Model 3 X 2.5 X 10 close Coupled Horizontal Pump abrasive Separator And A Baldor 5 Hp Horizontal continuous Duty 3 Phase 60 Hz, 440 Vac Constant Speed Motor mfg: Carver Pump part Number: 998-1110-d-27 quantity: 14 Each individually Packaged In Accordance With Mil-std-2073-1e Method 10, Cushioned Or Secured As Appropriate To Prevent Damage From Movement Or External Impact. Items Shall Then Be Packed In An Appropriately Sized Astm-d6251 Type Iii, Class 1 Woodcleated Panelboard Shipping Box Or Astm-d6880 Class 2 Heavy Duty Screwed Wooden Box. each Package Shall Be Marked Iaw Mil-std-129r Except Bar Coded Iaw Iso/iec-16388-2007, Code 39 Symbology. all Items Are Inspected When Delivered To The Coast Guard Warehouse. Failure To Meet The Requirements For Packaging, Packing, Marking (pp&m) And Bar-coding Will Result In The Item(s) Being Rejected And Possibly Returned To The Vendor. This Will Delay Payment. Any Questions Concerning The Pp&m Requirements Or Bar-coding Should Be Addressed With The Contracting Officer Prior To Contract Award. delivery Shall Be F.o.b. Destination To Uscg Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore Md 21226, Mark For: Receiving Room Bldg. 88a this Is A Combined Synopsis/solicitation For A Commercial Item Prepared In Accordance With The Format Outlined In Far Subpart 12.6, Fac 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 333914 And The Business Size Standard Is 750. The Resultant Purchase Order Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far 13.106 Apply. substitute Parts Are Not Acceptable. It Is Anticipated That A Non-competitive Sole Source Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. It Is The Government’s Belief That Only Carver Pump. And/or Their Authorized Distributor Can Offer These Units. Concerns Having The Expertise And Required Capabilities To Provide This Item Are Invited To Submit Complete Information Discussing The Same Within Two (2) Calendar Days From The Day This Notice Posted. The Data Must Include Sufficient Detail To Allow The Coast Guard To Evaluate The Proposal Relative To The Requirements. The Information Submitted Must Include A Letter From The Oem Verifying The Offeror Is An Authorized Distributor Verifying The Oem Will Supply Genuine Oem Parts. the U.s. Coast Guard Intends To Award On An All Or None Basis To A Responsible Offeror Whose Offer Conforming To The Solicitation Will Be The Most Advantageous To The Government. Award Will Be Lowest Price Technically Acceptable. The Coast Guard Intends To Award On A Firm Fixed Price Contract. all Responsible Sources May Submit A Quotation, Which If Timely Received, Shall Be Considered By The Agency. Companies Must Have Valid Duns Numbers And Be Registered With Systems For Award Management (www.sam.gov) And Shall Provide The Company Tax Information Number (tin) With Their Offer. The Closing Date And Time For Receipt Of Quote Is August 16, 2024 At 10:00 Am Eastern Standard Time. Email Proposed Price Quote To: Yvette.r.johnson@uscg.mil offerors Must Submit The Following Information On Their Quote: disclosure: The Offeror Under This Solicitation Represents That [check One]: __ It Is Not A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73; __ It Is A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73, But It Has Submitted A Request For Waiver Pursuant To 3009.104-74, Which Has Not Been Denied; Or __it Is A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73, But It Plans To Submit A Request For Waiver Pursuant To 3009.104-74. (g) A Copy Of The Approved Waiver, If A Waiver Has Already Been Granted, Or The Waiver Request, If A Waiver Has Been Applied For, Shall Be Attached To The Bid Or Proposal __hsar 3052.209-70 Prohibition On Contracts With Corporate Expatriates (june 2006) (end Of Provision) the Following Far Clauses Provisions Apply To This Solicitation. Far 52.212-1, Instructions To Offerors-commercial Items (nov 2021); Far 52.212-3, Offeror Representations And Certifications-commercial Items (dec 2022) With Alternate I. Offeror(s) Must Include A Completed Copy Of Far 52.212-3 With Their Quote. the Following Far Clauses Apply To This Solicitation. Offerors May Obtain Full Text Versions Of These Clauses Electronically At Www.arnet.gov.; Far 52.212-4, Contract Terms And Conditions-commercial Items (dec 2022); Far 52.212-5, Contract Terms & Conditions Required To Implement Statutes Or Executive Orders-commercial Items (dec 2022). The Following Clauses Listed Within Far 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015), 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553), 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77, 108-78 (19 U.s.c. 3805 Note) 52.212-5 Are Applicable: Far 52.219-28, Post Award Small Business Program Representation (oct 2022)(15 U.s.c. 632(a)(2); Far 52.222-3, Convict Labor (jun 2003)(e.o. 11755); Far 52.222-19 Child Labor-cooperation With Authorities And Remedies (jan 2022) (e.o. 13126); Far 52.222-21, Prohibition Of Segregated Facilities (april 2015); Far 52.222-26, Equal Opportunity (sep 2016)(e.o. 11246); Far 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020);far 52.222-50, Combat Trafficking In Persons (october 2020)(22 U.s.c. Chapter 78 And E.o. 13627); Far 52.223-18 Contractor Policy To Ban Text Messaging While Driving (jun 2020) (e.o. 13513); Far 52.225.1 Buy American Act-supplies (oct 2022); Far 52.225-3, Buy American Act-free Trade Agreement (oct 2022)(41 U.s.c. 10a-10d); Far 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021); 52.232-33, Payment By Electronic Funds Transfer-system For Award Management (oct 2018)(31 U.s.c. 3332). The Following Items Are Incorporated As Addenda To This Solicitation: Copies Of Hsar Clauses May Be Obtained Electronically At Www.dhs.gov. cgap 3042.302-90 Valuation Requirements For The Acquisition Of Spare Parts Purchased For Inventory Control Points From Hq Contracts (oct 2008). Copies Of Cgap Clauses May Be Obtained Electronically At: Www.uscg.mil/acquisition/procurement/pdf/cim_4200_19h.pdf
Closing Date16 Aug 2024
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

United States
Uscg Military Aircraft Intermediate Paint Application Training Course
Closing Date20 Aug 2024
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

United States
The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part: item 1) 6680 01-633-3654 switch Liquid Level mfg Name: Gems Sensors Incorporated part_nbr: 331066 qty 22 liquid Level Switch For Frc-b Oily Water Tank 3-34-1-w. 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. delivery Shall Be F.o.b. Destination To Uscg Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore Md 21226 brand Name Part Is Mandatory To Be Considered For Award, Offers Of “equal” Products Must Meet The Salient Physical, Functional, Or Performance Characteristic Specified In This Solicitation And Uscg Will Determine If Alternate Part Is Acceptable 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 22, 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 334519 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 August 21, 2024 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) 52.225-3, Buy American--free Trade Agreements--israeli Trade Act (nov 2023) 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
Closing Date21 Aug 2024
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

United States
This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With (iaw) The Format In Federal Acquisition Regulation (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 70z03824qe0000073 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular Number 2024-05, Effective 22 May 2024. the Applicable North American Industry Classification System (naics) Code Is 336413. The Small Business Size Standard Is 1,250 Employees. This Is An Unrestricted Requirement. All Responsible Sources May Submit A Capability Statement, Proposal, Or Quotation Which Shall Be Considered By The Agency. iaw Far 6.302-1(a)(2), The United States Coast Guard (uscg). Aviation Logistics Center (alc) Plans To Award One (1) Purchase Order And Negotiate Only With Testvonics Inc (cage Code 1a9e1) As The Only Known Source Of Supply. In Compliance With Far 5.102(a)(6), A Redacted Copy Of The Justification And Approval For Other Than Full And Open Competition Is Attached To This Solicitation. As A Result Of This Synopsis/solicitation, It Is Anticipated That A Firm-fixed Price Purchase Order Will Be Awarded On A Sole-source Basis For The Following Items. schedule Of Supplies line Item 1 nomenclature: Adts Calibrator part Number: Adc-2500v3 national Stock Number: 6695-01-686-5413 quantity: 1 Each manufacturer Cage Code: 1a9e1 required Delivery Date: 60 Days After Receipt Of Order (aro­) only The Items Requested In This Solicitation Will Be Considered For Award. All Items Shall Have Clear Traceability To The Original Equipment Manufacturer (oem), Testvonics Inc (cage Code 1a9e1) Traceability Means A Clear, Complete, Documented, And Auditable Paper Trail That Traces Each Step From An Oem Or Distributor To Its Current Location. the Contractor Shall Furnish A Certificate Of Conformance (coc) Iaw Far Clause 52.246-15. The Coc Must Be Submitted In The Format Specified In The Clause. Prospective Vendors Who Are Not The Oem Must Provide Traceability For The Offered Product Back To The Oem And Will Be Required To Submit A Manufacturer's Coc In Addition To Its Own Coc. note: No Drawings, Specifications, Or Schematics Are Available From The Uscg. please Carefully Review This Solicitation’s Attachments For Additional Information And Requirements Such As Applicable Clauses And Instructions To Offerors: terms And Conditions Fac 2024-05 Eff 22may2024 justification And Approval For Other Than Full And Open Competition the Closing Date And Time For Receipt Of Offers Is 21 August 2024 At 4:30 P.m. Eastern Time. Anticipated Award Date Is On Or About 28 August 2024. Email Quotations Are Preferred And May Be Sent To Madison.l.coker@uscg.mil. Please Indicate 70z03824qe0000073 In The Subject Line.
Closing Date21 Aug 2024
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

United States
This Special Notice Constitutes The Only Solicitation. A Written Solicitation Will Not Be Issued. Solicitation Number 70z03824qw0000129 Is Issued As A Special Notice Of Intent To Award To Leonardo Spa (cage Code A1512), Piazza Monte Grappa 4, Roma, Ita 00195 For The Repair Of The Below Jettison Valve To Support The Hc-27j Aircraft: nsn- 2915-01-hs3-2505 part Number- Sm2735 nomenclature- Jettison Valve qty- 2 at The Time Of Award, The Uscg Intends To Place An Order For The Repair Of Two (2) Items For Line Item 1. Iaw Federal Acquisition Regulation (far) 52.217-6 The Uscg May Require Three (3) Additional Items For A Maximum Quantity Of Five (5) 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 2024-05 Effective May 22, 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 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 Leonardo Spa Is The Only Potential Source With Access To The Required Proprietary Technical And Engineering Data To Provide The Repair Of The Above Identified Jettison Valve. 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 Sam.gov. the Closing Date For This Intent To Award Notice Is August 21, 2024 At 4:00 Pm Est. Point Of Contact For This Intent To Award Notice Is Stephanie.o.reams@uscg.mil. Please Indicate 70z03824qw0000129 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 Date21 Aug 2024
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

United States
The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part: item 1) 5930 01-674-6657 Switch Radio Frequency Trans mfg Name: Taylor Valve Technology mfg Name: L3harris part_nbr: K10054013-2 qty 1 individually Packaged In Accordance With Mil-std-2073-1e Method 10, Cushioned In A Double Layer Of 3/4 In Bubble Wrap And Packed In An Appropriately Sized Astm-d5118 Double-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. Marking Iaw Mil-std-129r Except Bar Coded Iaw Iso/iec-16388-2007, Code 39 Symbology delivery Shall Be F.o.b. Destination To Uscg Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore Md 21226 this Is A Combined Synopsis/solicitation For A Commercial Item Prepared In Accordance With The Format Outlined In Far Subpart 12.6, Fac 2024-05 May 22, 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 334519 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 August 21, 2024 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
Closing Date21 Aug 2024
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Corrigendum : Closing Date Modified
United States
70z03024qclev0113 - Ninth Coast Guard District Boat Storage Sheds
Closing Date19 Aug 2024
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Corrigendum : Closing Date Modified
United States
The United States Coast Guard Has A Requirement For The Inspection And Repair Of Four (4) Each, Quantar Receiver, Radio Units In Support Of Its Ongoing Requirement For “ready For Issue” Stock Parts And Equipment To Field Units In Support Of U.s. Government And Coast Guard Missions. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 811210–electronic And Precision Equipment Repair And Maintenance. The Associated Product Service Code Is J059- Maint/repair/rebuild Of Equipment-electrical And Electronic Equipment Components. This Is Not A Set Aside. the Purchase Order Resulting From This Solicitation Will Be Issued As A Firm-fixed Price Purchase Order. The Award Will Be Made To The Offeror Submitting The Lowest Priced Quotation. Lowest Price Will Be Determined By The Quoted Firm Fixed Price For Open, Inspect, And Report And Shipping. If Estimated Repair Prices Are Quoted, They Will Not Be Included In The Initial Determination. unique Entity Identifier (uei) Number, Federal Tax Identification Number, And Cage Code Must Be Included In Response. All Proposals Submitted Shall Include Cost Breakdown, Unit Price, Extended Price, Payment Terms And Discount Offered For Prompt Payment. the Government Will First Review The Quotes For Completeness/compliance (everything Required To Be Submitted Has Been Submitted). If A Quote Is Found To Be Incomplete/non-compliant, It Will Be Removed From The Evaluation Process And It Will Not Be Further Evaluated. Then The Government Will List The Remaining Quotes By Price, Lowest To Highest, And Will Begin The Technical Quote Evaluation With The Lowest Priced Offeror. Upon Finding The Offeror Who Meets The Requirements Listed In This Rfq (to Include All Attachments), The Offeror’s Price Will Be Evaluated For Reasonableness. if The First Quote Evaluated Is Technically Acceptable With A Price That Is Reasonable, Evaluation Will Stop. If The First Quote Evaluated Is Either Not Technically Acceptable Or Has A Price That Is Not Reasonable Evaluation Will Continue. Once The Lowest Reasonably Priced, Technically Acceptable Quote Is Found Evaluations Will Stop. Using This Procedure, The Government May Not Evaluate All Proposals/quotes. responses To This Rfq Must Be Forwarded To: Brianna.riffle@uscg.mil And Mark.a.rushing@uscg.mil No Later Than (nlt) 11:00am Et, 14 August 2024. quote Must Be Good For 30 Calendar Days After Close Of This Solicitation And Shipping Must Be Free On Board (fob) Destination Conus (continental U.s.). late Submissions Will Not Be Accepted. this Solicitation Includes The Following Attachments: attachment 1 – Statement Of Work attachment 2 – Open Market Provisions And Clauses attachment 3 – Military Packaging And Marking Requirements attachment 4 – Beyond Economical Repair (ber) Form_blank attachment 5 – Open Inspect Report (oir) attachment 6 – Electronic Submission Of Payment Instructions (yard) please Be Sure To Acknowledge The Provisions And Clauses In Your Response - Changes Or Concerns Regarding Specific Clauses Should Be Addressed In Your Response Or Prior To. contracting Officer: Mark A. Rushing, Email: Mark.a.rushing@uscg.mil contract Specialist: Brianna Riffle, Email: Brianna.riffle@uscg.mil
Closing Date19 Aug 2024
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

United States
General Information: This Is A Combined Synopsis/solicitation For The Purchase Quantity Of 152 Cylindrical Locks. Specifications: Grade 2 Classroom, 15 Lever, Sfic Less Core, Bright Brass Finish, Non-handed, Part Number 7kc27r15dstk605 Or Equivalent. address: uscg D13 C/o D13 Budget Office 915 2nd Ave seattle Wa. 98174 classification: This Acquisition Is Set Aside Small Business. The Naics Is 332510 (door Locks, Metal, Manufacturing). The Contract Type Will Be A Firm Fixed Price Purchase Order. questions: E-mail Is Preferred Method For All Questions Regarding The Solicitation To Michelle.m.myhra2@uscg.mil. Questions Will Be Forwarded To Technical Authority For An Accurate Response. All Responses Will Be Uploaded For An Equal And Fair Solicitation To All Interested Vendors. No More Questions Will Be Answered After 08/15/24. quote Submission: Provide Company Quote With Cost Of Supply And Shipping If Applicable And Provide Information To Michelle Myhra, E-mail: Michelle.m.myhra2@uscg.mil. Due Date: Date Of Offers Due On 08/19/2024 At 400 Pm Pst; All Offers That Are Submitted Late (by Day And Time Zone) Will Not Be Considered In Award Determination. award: It Is The Government’s Intent To Make Award Based On Lowest Price Technically Acceptable Criteria. Under Far 4.1103 Prospective Contractor Shall Be Registered In System Award Management (sam) Prior To Award. Failure For Contractor To Be Registered In Sam Shall Result In Contracting Officer To Proceed With Next Successful Registered Offeror. Website: Www.sam.gov
Closing Date19 Aug 2024
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

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 70z03824qj0000367 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2024-05, Effective 22 May 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 Sole Source Basis As A Result Of This Synopsis/solicitation For The Following Item(s): item Name: Drum Assy part Number: 42315-49 national Stock Number: 3950-01-396-7320 quantity: 15 Ea manufacturer Cage Code: 3hrl4 at The Time Of Award, The United States Coast Guard (uscg) Will Place An Order For The Quantity Fifteen (15) Items. In Accordance With Federal Acquisition Regulation (far) 52.217-6, The Uscg May Require Fifteen (15) Additional Components For Up To A Maximum Quantity Of Thirty (30) Items At The Same Price And Lead Time As The Original Order Within 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. only The Items Requested In This Solicitation Will Be Considered For Award. All Items Shall Have Clear Traceability To The Original Equipment Manufacturer (oem), Goodrich (cage Code 3hrl4). 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 – 70z03824qj0000367” For Applicable Clauses, Instructions And Evaluation Criteria. see Attachment 2 – “justification And Approval For Other Than Full And Open Competition 70z03824qj0000367” closing Date And Time For Receipt Of Offers Is 8/19/2024 At 2:00 Pm Eastern Daylight Time. Anticipated Award Date Is On Or About 8/21/2024. E-mail Quotations May Be Sent To Michelle.r.monds@uscg.mil And Mrr-procurement@uscg.mil Please Indicate 70z03824qj0000367 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. 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 Date19 Aug 2024
Tender AmountRefer Documents 
3221-3230 of 3327 archived Tenders