Tenders of U S Coast Guard Usa
Tenders of U S Coast Guard Usa
U S COAST GUARD USA Tender
Security and Emergency Services
United States
Closing Date20 Feb 2025
Tender AmountRefer Documents
Description Of Requirement: the Work Consists Of Providing All Labor, Equipment, Material, Transportation, Supervision, Items And Services Necessary For Properly Performing Aqueous Film Forming Foam (afff) Lock Out Procedures On An Installed Hangar Automatic Extinguishing System In Accordance With Silc-tcto (time Compliance Technical Order)-36-11 55 13 25-04 At Air Station Port Angeles. Further Details Of This Project Are In The Statement Of Work Provided In The Documents Section Of This Solicitation. place Of Performance: uscg Air Station Port Angeles 1 Ediz Hood Rd port Angeles, Wa. 98362 special Qualifications: contractor Shall Ensure A Qualified Fire Protection System Technician, Minimum Of A Nicet Level Ii Certification, Performs The Lock Out Procedure In Accordance With The Enclosed Time Compliance Technical Order (tcto). Contractor Shall Present Required Certification Along With Quote Submission. classification: this Acquisition Is Set Aside Small Business. The Naics Code Is 238220 classified As Plumbing, Heating, And Air-conditioning Contractors And Cross Referenced As Fire Sprinkler System Installation. The Contract Type Will Be Firm Fixed Price Purchase Order. site Visit: there Will Be No Site Visits Held For This Solicitation. questions: e-mail All Questions Regarding To This Solicitation Shall Be Submitted In Writing To The Contractspecialist Patrick Gittings At Patrick.r.gittings@uscg.mil With Solicitation Rfq Number 70z03325qseat0014 In Subject Line. Questions Regarding The Statement Of Work (sow) Will Be Forwarded To The Unit 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 02/18/25. quote Submission: all Quotes Shall Be Required To Be On Sf 1449 With A Breakdown Of All Costs. Submit Quotes To The Following E-mail Address Michelle.m.myhra2@uscg.mil With Solicitation Rfq Number 70z03325qseat0014 In The Subject Line. Date Of Offers Due On 02/20/25 At 3pm (pst). All Offers That Are Submitted Late (by Day And Time Zone) And Quotes That Do Not Include A Breakdown Of Cost Will Not Be Considered In Award Determination. award: it Is The Government’s Intent To Select For Award To The One Responsible Quote Which Proposes A Price That Is Fair And Reasonable And Provides The Lowest Priced, Technically Acceptable (lpta) Quote Meeting The Specifications Of The Requirement. If The Lowest Priced Quote Is Not Found To Be Technically Acceptable, The Contracting Officer Will Evaluate The Next Lowest Priced Quote, And So On. Quotes Determined To Be Incomplete, Unreasonable, Or Unrealistic Will Not Be Considered For Award. 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
U S COAST GUARD USA Tender
Aerospace and Defence
United States
Closing Date20 Feb 2025
Tender AmountRefer Documents
Purchase Of Bellcrank Support Assemblies
U S COAST GUARD USA Tender
Machinery and Tools
United States
Closing Date20 Feb 2025
Tender AmountRefer Documents
3m Peltor Comtac Vi Nib Headsets
U S COAST GUARD USA Tender
Machinery and Tools
United States
Closing Date20 Feb 2025
Tender AmountRefer Documents
The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part: item 1) nsn: 4820-25-160-3293 fd Valve Piston Complete utilized As Part Of The Black And Grey Water Systems on 154 Class Cutter mfg: Jets Vacuum A/s part Number: 05400001 quantity: 40 Each individually Packaged In Accordance With Mil-std-2073-1e Method 10, Cushioned Or Secured As Appropriate To Prevent Damage From Movement Or External Impact. Items Shall Then Be Packed In An Appropriately Sized Astm-d6251 Type Iii, Class 1 Woodcleated Panelboard Shipping Box Or Astm-d6880 Class 2 Heavy Duty Screwed Wooden Box. each Package Shall Be Marked Iaw Mil-std-129r Except Bar Coded Iaw Iso/iec-16388-2007, Code 39 Symbology. all Items Are Inspected When Delivered To The Coast Guard Warehouse. Failure To Meet The Requirements For Packaging, Packing, Marking (pp&m) And Bar-coding Will Result In The Item(s) Being Rejected And Possibly Returned To The Vendor. This Will Delay Payment. Any Questions Concerning The Pp&m Requirements Or Bar-coding Should Be Addressed With The Contracting Officer Prior To Contract Award. delivery Shall Be F.o.b. Destination To Uscg Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore Md 21226, Mark For: Receiving Room Bldg. 88a this Is A Combined Synopsis/solicitation For A Commercial Item Prepared In Accordance With The Format Outlined In Far Subpart 12.6, Fac 2025-03 (jan 2025) And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation. Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. The Naics Code For This Solicitation Is 332911 And The Business Size Standard Is 750. The Resultant Purchase Order Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far 13.106 Apply. the U.s. Coast Guard Intends To Award On An All Or None Basis To A Responsible Offeror Whose Offer Conforming To The Solicitation Will Be The Most Advantageous To The Government. Award Will Be Lowest Price Technically Acceptable. The Coast Guard Intends To Award On A Firm Fixed Price Contract. all Responsible Sources May Submit A Quotation, Which If Timely Received, Shall Be Considered By The Agency. Companies Must Have Valid Duns Numbers And Be Registered With Systems For Award Management (www.sam.gov) And Shall Provide The Company Tax Information Number (tin) With Their Offer. The Closing Date And Time For Receipt Of Quote Is Feb 20, 2025 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
U S COAST GUARD USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Closing Date21 Feb 2025
Tender AmountRefer Documents
Open, Inspect And Report Processor,radar Data
U S COAST GUARD USA Tender
Others
United States
Closing Date20 Feb 2025
Tender AmountRefer Documents
The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part: item 1) nsn: 3950-66-159-7623 anchor Windlass mfg: Muir Engineering Pty Ltd part Number: K08-atlvrc4000 quantity: 10 Each individually Packaged In Accordance With Mil-std-2073-1e Method 10, Cushioned Or Secured As Appropriate To Prevent Damage From Movement Or External Impact. Items Shall Then Be Packed In An Appropriately Sized Astm-d6251 Type Iii, Class 1 Woodcleated Panelboard Shipping Box Or Astm-d6880 Class 2 Heavy Duty Screwed Wooden Box. each Package Shall Be Marked Iaw Mil-std-129r Except Bar Coded Iaw Iso/iec-16388-2007, Code 39 Symbology. all Items Are Inspected When Delivered To The Coast Guard Warehouse. Failure To Meet The Requirements For Packaging, Packing, Marking (pp&m) And Bar-coding Will Result In The Item(s) Being Rejected And Possibly Returned To The Vendor. This Will Delay Payment. Any Questions Concerning The Pp&m Requirements Or Bar-coding Should Be Addressed With The Contracting Officer Prior To Contract Award. delivery Shall Be F.o.b. Destination To Uscg Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore Md 21226, Mark For: Receiving Room Bldg. 88a this Is A Combined Synopsis/solicitation For A Commercial Item Prepared In Accordance With The Format Outlined In Far Subpart 12.6, Fac 2025-03 (jan 2025) And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation. Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. The Naics Code For This Solicitation Is 333998 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 Muir Engineering Pty Ltd 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 Feb 20, 2025 At 10:00 Am Eastern Standard Time offerors Must Submit The Following Information On Their Quote: disclosure: The Offeror Under This Solicitation Represents That [check One]:
__ It Is Not A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73;
__ It Is A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73, But It Has Submitted A Request For Waiver Pursuant To 3009.104-74, Which Has Not Been Denied; Or
__it Is A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73, But It Plans To Submit A Request For Waiver Pursuant To 3009.104-74. (g) A Copy Of The Approved Waiver, If A Waiver Has Already Been Granted, Or The Waiver Request, If A Waiver Has Been Applied For, Shall Be Attached To The Bid Or Proposal __hsar 3052.209-70 Prohibition On Contracts With Corporate Expatriates (june 2006) (end Of Provision) the Following Far Clauses Provisions Apply To This Solicitation. Far 52.212-1, Instructions To Offerors-commercial Items (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
U S COAST GUARD USA Tender
Aerospace and Defence
United States
Closing Date20 Feb 2025
Tender AmountRefer Documents
Repair Of Valve, Modulating For Hc-27j Aircraft
U S COAST GUARD USA Tender
Electrical Goods and Equipments...+2Machinery and Tools, Electrical and Electronics
United States
Closing Date21 Feb 2025
Tender AmountRefer Documents
The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part: item 1) 7025 12-414-7300 display Panel mfg Name: Rolls-royce Solutions Gmbh part_nbr: X00e50000183 qty: 5 /ea display Unit Used As Part Of The Mtu 4000 Series Diesel Engines On The 154' Wpc vessels. ***** P/n Has Been Superceded To X00e50212573. Change Record To Be Submitted. ***** individually Packaged In Accordance With Mil-std-2073-1e Method 10, Cushioned And packed To Prevent Movement Or Damage From External Impact In An Appropriately Sized astm-d5118 Double-wall Fiberboard Box. marking Iaw Mil-std-129r Except Bar Coded Iaw Iso/iec-16388-2007, Code 39 Symbology all Items Are Inspected When Delivered To The Coast Guard Warehouse. Failure To meet The Requirements For Packaging, Packing, Marking (pp&m) And Bar-coding Will result In The Item(s) Being Rejected And Possibly Returned To The Vendor. This Will delay Payment. Any Questions Concerning The Pp&m Requirements Or Bar-coding Should be Addressed With The Contracting Officer Prior To Contract Award. delivery Shall Be F.o.b. Destination To Uscg Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore Md 21226 substitute Parts Are Not Acceptable. It Is Anticipated That A Non-competitive Sole Source Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. It Is The Government’s Belief That Only : Rolls Royce Solutions And/or Their Authorized Distributors Can Provide This Unit. Concerns Having The Expertise And Required Capabilities To Provide This Item Are Invited To Submit Complete Information Discussing The Same Within Two (2) Calendar Days From The Day This Notice Posted. The Data Must Include Sufficient Detail To Allow The Coast Guard To Evaluate The Proposal Relative To The Requirements. The Information Submitted Must Include A Letter From The Oem Verifying The Offeror Is An Authorized Distributor, And Verifying The Oem Will Supply Genuine Oem Parts. this Is A Combined Synopsis/solicitation For A Commercial Item Prepared In Accordance With The Format Outlined In Far Subpart 12.6, 2025-01 11/12/2024 And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation. Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. The Naics Code For This Solicitation Is 333998 And The Business Size Standard Is 500. The Resultant Purchase Order Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far 13 the U.s. Coast Guard Intends To Award On An All Or None Basis To A Responsible Offeror Whose Offer Conforming To The Solicitation Will Be The Most Advantageous To The Government. Award Will Be Lowest Price Technically Acceptable. The Coast Guard Intends To Award On A Firm Fixed Price Contract. all Responsible Sources May Submit A Quotation Via Email To Eric.i.goldstein@uscg.mil, Which If Timely Received, Shall Be Considered By The Agency. Companies Must Have Valid Duns Numbers And Be Registered With Systems For Award Management (sam) And Shall Provide The Company Tax Information Number (tin) With Their Offer. The Closing Date And Time For Receipt Of Quote Is Feb 18, 2025 At _9:00 Am Eastern Standard Time offerors Must Submit The Following Information On Their Quote: disclosure: The Offeror Under This Solicitation Represents That [check One]:
__ It Is Not A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73;
__ It Is A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73, But It Has Submitted A Request For Waiver Pursuant To 3009.104-74, Which Has Not Been Denied; Or
__it Is A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73, But It Plans To Submit A Request For Waiver Pursuant To 3009.104-74. (g) A Copy Of The Approved Waiver, If A Waiver Has Already Been Granted, Or The Waiver Request, If A Waiver Has Been Applied For, Shall Be Attached To The Bid Or Proposal. (end Of Provision) the Following Far Clauses Provisions Apply To This Solicitation. Far 52.212-1, Instructions To Offerors-commercial Items (june 2020); Far 52.212-3, Offeror Representations And Certifications-commercial Items (november 2020) With Alternate I. Offeror(s) Must Include A Completed Copy Of Far 52.212-3 With Their Quote. the Following Far Clauses Apply To This Solicitation. Offerors May Obtain Full Text Versions Of These Clauses Electronically At Www.arnet.gov.; Far 52.212-4, Contract Terms And Conditions-commercial Items (oct 2018); Far 52.212-5, Contract Terms & Conditions Required To Implement Statutes Or Executive Orders-commercial Items (november 2020). The Following Clauses Listed Within Far 52.212-5 Are Applicable: 52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards (june 2020) 52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (nov 21) 52.225-3, Buy American--free Trade Agreements--israeli Trade Act (nov 2023) 52.219-28, Post Award Small Business Program Rerepresentation (feb 2024) 52.222-3, Convict Labor (june 2003) 52.222-19, Child Labor—cooperation With Authorities And Remedies (feb 2024) (e.o. 13126). 52.222-21, Prohibition Of Segregated Facilities (apr 2015). 52.222-26, Equal Opportunity (sep 2016) (e.o. 11246). 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793). 52.222-50, Combating Trafficking In Persons (nov 2021) 52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024) 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021) 52.232-33, Payment By Electronic Funds Transfer— System For Award Management (october 2018) the Following Items Are Incorporated As Addenda To This Solicitation: Copies Of Hsar Clauses May Be Obtained Electronically At Www.dhs.gov. cgap 3042.302-90 Valuation Requirements For The Acquisition Of Spare Parts Purchased For Inventory Control Points From Hq Contracts (oct 2008). Copies Of Cgap Clauses May Be Obtained Electronically At: Www.uscg.mil/acquisition/procurement/pdf/cim_4200_19h.pdf
U S COAST GUARD USA Tender
Aerospace and Defence
United States
Closing Date3 Jan 2025
Tender AmountRefer Documents
This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6 And Part 13 As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. Solicitation Number 70z03825qj0000140 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-01, Effective 12 November 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: Antenna (blade)
national Stock Number: 1650-01-665-6158
part Number: 10-150-08-m-1
quantity: 35 Ea
manufacturer Cage Code: 0dly8
requested Delivery Date: 3/15/2025 only The Items Requested In This Solicitation Will Be Considered For Award. All Items Shall Have Clear Traceability To The Original Equipment Manufacturer (oem), Specmat Technologies, Inc (cage Code 0dly8). Traceability Means A Clear, Complete, Documented, And Auditable Paper Trail Which Traces Each Step From An Oem To Its Current Location. all Parts Shall Be New Approved Parts. the Contractor Shall Furnish A Certificate Of Conformance (coc) In Accordance With Federal Acquisition Regulation (far) Clause 52.246-15. Coc Must Be Submitted In The Format Specified In The Clause. note: No Drawings, Specifications Or Schematics Are Available From This Agency. see Attachment 1 - “terms And Conditions – 70z03825qj0000140” For Applicable Clauses, Instructions And Evaluation Criteria. see Attachment 2 – “redacted J And A – 70z03825qj0000140” closing Date And Time For Receipt Of Offers Is 1/3/2025 At 2:00 Pm Eastern Time. Anticipated Award Date Is On Or About 1/7/2025. E-mail Quotations May Be Sent To Adam.a.finnell2@uscg.mil And Mrr-procurement@uscg.mil Please Indicate 70z03825qj0000140 In The Subject Line.
U S COAST GUARD USA Tender
Aerospace and Defence
United States
Closing Date3 Jan 2025
Tender AmountRefer Documents
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 2125405b4500zh011 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. 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 _january 3 , 2025_, At _12_ P.m. Eastern Standard Time. Item 0001 – Nsn 3040 01-650-9084 cylinder, Acutating, Linear linear Actuating Cylinder Hamilton Jet P/n Hj112079. cylinder Reverse Hsrx Mk2 213. End Item 2010-98-206-2591 Propelling Unit, Outboard. p/n: Hj213 01 000 Quantity: 15 Ea Delivery Date: 01/24/2025 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 3 January 2025. Quotes May Be Emailed To Brandie.r.dunnigan@uscg.mil poc Is Brandie Dunnigan, Procurement Agent, (571) 607-2369.
381-390 of 506 archived Tenders