Tenders of U S Coast Guard Usa
Tenders of U S Coast Guard Usa
U S COAST GUARD USA Tender
Machinery and Tools
United States
This Is A Combined Synopsis/solicitation For Commercial Items/services Prepared In Accordance
with The Format In Far Subpart 12.6 As Supplemented With Additional Information Included In
this Notice. Request For Quotations Number Is 70z085q250001618 And Is Issued As A Request For
quotations (rfq). This Announcement Constitutes The Only Solicitation; Quotations Are Being
requested And A Written Solicitation Will Not Be Issued. This Request For Quotations Incorporates
provisions And Clauses In Effect Through Federal Acquisition Circular 2005-65 Dated January 29,
2013. The Naics Code Is 336611. The Small Business Size Standard Is 1250. This Is A Total Small
business Set Aside. All Responsible Sources May Submit Proposals That Will Be Considered By The
agency. The Contract Will Be Awarded On A Firm-fixed-price Basis Using Simplified Acquisition
procedures In Accordance With Far Part 13.5. All Responses From Interested Vendors Must
be Received On/before 0800am Pacific Time, December 30th 2024, And Will Be Reviewed By The
government And Awarded Based Off Lowest Price Technically Acceptable.
the United States Coast Guard Surface Force Logistics Center Has A Requirement For The Following:
the Ctr Shall Provide:
4-inch Al-brz Lug Hp Butterfly Valve Al-brz Disccommercial Equivalent Of Mil-v-24624
note: W/ Gear Opqty 3
5-inch Al-brz Lug Hp Butterfly Valve Al-brz Disc Commercial Equivalent Of Mil-v-24624
note: W/ Gear Op Qty 1
delivery Address:
healy Port Engineer Staff
1519 Alaskan Way South
seattle, Wa 98134
rdd Feb 14th 2025
statement Of Work (sow)
for
valve Procurment
objective
the Goal Is To Supply Cgc Healy With The Part Listed In The Table Below.
item Description
part Number/ Milspec
butterfly Valve 4 Al-brz Qty 3
m104768/mil-v-24624-ty Iii Sty B
butterfly Valve 5 Al-brz Qty 1
m214357/mil-v-24624-ty Iii Sty B
freight
address:
healy Port Engineer Staff
1519 Alaskan Way South
seattle, Wa 98134
please Contact Ltjg Sarah Passilla At (510) 437-6206 Or Sarah.l.passilla@uscg.mil With Questions Regarding This So
questions And Quotes Shall Be Emailed To Tyler.k.melton@uscg.mil And Sarah.l.passilla@uscg.mil. Contractors Are Responsible For Verifying Receipt Of Quotes.
interested Vendors Please Sign An Official Quote With A Sam.gov Registered Duns
number And Email Totyler.k.melton@uscg.mil And Sarah.l.passilla@uscg.mil.
Closing Date9 Feb 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Machinery and Tools
United States
Subject: Statement Of Work: Crane And Forklift Services For Cgc Bertholf Mk15 Ciws Installation
the United States Coast Guard Base Alameda Is Requesting Crane And Forklift Services To Conduct Operations For The Removal And Installation Of The Mk15 Ciws (close-in Weapon System) On The Uscgc Bertholf. The Primary Operating Date For The Crane Is March 19, 2025, And March 21, 2025, For 8 Hours. Secondary Dates Of March 24, 2025, And March 25, 2025, Are Provided To Account For Any Unforeseen Inclement Weather.
1. Scope Of Work:
a. Crane Operations
1. The Crane Will Be Used March 19th And 21st (24th And 25th For Alternate Dates If We Have Bad Weather On The 19th And 21st) We Will Not Need A Crane On April 21st.
2. First Hoist: Removal Of The Mk15 Ciws. The Ciws Is 101” W X 188”h X 124” L And Weighs 18,000 Lbs. Approximate Distance Of The Crane Outriggers To Center Of The Ciws (set Back) Is 60 - 65 Feet. The Approximate Height Of The Ciws Deck Is 45 Feet Above The Pier. The Crane Must Clear The Exhaust Stacks Approximately 48 Feet Above The Pier.
3. Second Hoist: Removal Of The Local Control Panel (lcp). Containing Ciws Part, Dimensions: 38” X 30” X 18”, Weight: 288 Lbs. The Crane's Outrigger Distance To The Center Of The Ciws (setback) Is Approximately 40 - 45 Feet, And The Ciws Deck Height Is 45 Feet Above The Pier. The Crane Will Hoist The Crate While The Forklift Positions It For Transport/storage.
4. Third Hoist: Lift Crate With Ciws To Cutter, Same Dimensions And Weight As The First Lift, With The Same Distance And Height Requirements. The Forklift Will Retrieve The Crate And Secure It.
5. Fourth Hoist: Lift Lcp Onto Cutter, Same Dimensions And Weight As The Second Lift, With The Same Distance And Height Requirements.
b. Forklift Operations
1. The Forklift Will Be Used Those First 2 Weeks Moving The Ciws Mount Around And On April 21st To Load It On The Tractor Trailer.
2. Unload The New Ciws From The Delivery Truck And Transport It To The Pier (march 17–26, 2025).
3. Move The Ciws Between The Pier And The Staging Area As Required.
4. Load The Old Ciws Onto The Truck On April 21, 2025.
2. Crane Requirements:
a. Maximum Outrigger Load: 100 Kips (total Weight Of Crane, Additional Weights, And Load ≤ 100,000 Lbs.
b. Cranes With A Capacity >30t Must Be Able To Traverse Down The Pier.
c. Outrigger Pads: Minimum Dimensions Of 5’ X 5’. The Bearing Pressure Of Outrigger Pads Must Not Exceed 38 Psf.
d. Outriggers Must Be Placed Directly Over The Pile Bents (marked By Green Lines On The Pier).
e. The Crane Must Comply With The Pier’s Operational Live Load Limit Of 600 Psf And Maximum Gross Axle Weight Of 16 Tons.
3. Forklift Requirements:
a. Lifting Capacity: 20,000 Lbs (minimum)
b. Fork Length: 48”
c. Contractor Must Ensure The Forklift Operates Within Pier Load Restrictions.
4. Pier Operational Restrictions:
a. Vehicle Gross Axle Weight: 16 Tons (maximum)
b. Operational Live Load: 600 Psf (maximum)
c. Outrigger Pad Bearing Pressure: 38 Psf (maximum)
5. Crew Requirements:
a. Operator: One Certified Crane Operator For 4 Hours.
b. Rigger: One Certified Rigger For 4 Hours.
c. Forklift Operator: One Certified Forklift Operator Is Required For March 17–26, 2025, And On April 21, 2025.
6. Job Site Location:
cgc Bertholf (wmsl-750)
coast Guard Island
1 Eagle Rd., Alameda, Ca 94501
7. Schedule:
a. Crane Operations:
1. Primary Dates: March 19th And 21st, 2025.
2. Secondary Dates: March 24th And 25th, 2025.
b. Forklift Operations:
1. March 17–26, 2025: Unloading, Movement, And Support For Ciws Installation And Pier Operations.
2. April 21, 2025: Loading The Old Ciws Onto The Truck
c. Operations Will Begin At 0900 Hours On The Primary Date, With Flexibility Based On Site Readiness.
this Project Is Critical For The Timely Removal And Installation Of The Uscgc Bertholf's Mk 15 Ciws, Which Will Impact The Ship’s Operational Schedule. Please Confirm That All Necessary Equipment And Personnel Are Available For The Operation.
for Any Further Information Or Clarification, Feel Free To Contact Me Directly.
gmcs Chris Wilderman
christopher.s.wilderman@uscg.mil
(571) 607-8806
this Will Be Awarded Off Of Lowest Price Technically Acceptable In Accoradance With The Sow.
Closing Date9 Feb 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Open Inspect And Report Receiver-processor, Radar
Closing Date9 Feb 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Others
United States
1. Scope
1.1 Intent/background. This Work Item Describes The Requirements For The Contractor To Provide Towing Vessel Services For Cgc Willow While They Transit To And From The Locations In Table 1. Cgc Willow Is Currently Has A Known Controllable Pitch Propeller Leak Internal To The Cutter, And When Operating Under Their Own Propulsion. They Currently Need A Tug To Tow Them To Coast Guard Yard, In Curtis Bay, Md, For Repair. Services Required Include Towing Cgc Willow. Prior To Arrival At Coast Guard Yard, A Harbor Pilot Will Embark The Cutter And Utilize Their Own Tugs For Docking At The Shipyard. Cgc Willow Is A 225’ Single-shaft Cutter With A Displacement Of Approximately 2000 Lt.
rdd/pop: 2/14/25-2/23/25
see Attached Stement Of Work For More Details.
Closing Date10 Feb 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Uscg Escanaba Ds1 Flex Couplings
Closing Date10 Feb 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Action Code: N/a
date: Feb 03, 2025
year: 2025
contracting Office Zip Code: 27909-5001
classification Code: 1560 – Aircraft Components & Accessories
product Service Code (psc) : 5340
naics Code: 336413
contracting Office Address: Uscg, Alc, Mrs, Elizabeth City, Nc
subject: Purchase Of Single Avionics Mgm For The Hc-144 Aircraft
proposed Solicitation Number: 70z03825ql0000044
closing Response Date: 02/10/2025
primary Point Of Contact: Debra W. Heath
contract Award And Solicitation Number: To Be Assigned At Time Of Award / 70z03825ql0000044
contract Award Dollar Amount: Tbd
contract Line Item Numbers: 02
contract Award Date: Estimate: Tbd
contractor: Tbd
description: Purchase Of Single Avionics Mgm For The Hc-144 Aircraft
place Of Contract Performance: Tbd
set-aside Status: Unrestricted
notice Of Intent To Award To Sole Source
this Special Notice Constitutes The Only Solicitation. A Written Solicitation Will Not Be Issued. Solicitation Number 70z03825ql0000044 Is Issued As A Special Notice Of Intent To Award To The Original Equipment Manufacturer (oem) Airbus Ds Military Aircraft, Inc.(cage Code 0117b), 8100 Airbus Military Drive Mobile, Al 36608, For The Purchase Of Bracket-side; Bolts. Vendors May Quote On The Following:
nsn Nomenclature Part Number Qty
5340-01-308-9922 Bracket- Side Lm320sa12 8
5306-01-hs3-2612 Bolt D56889 6
incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 Effective January 17, 2025. The Applicable North American Industry Classification Standard (naics) Code Is 336413. The Small Business Size Standard Is 1,250 Employees.
the Following Attachments Apply To This Solicitation:
attachment A – Terms And Conditions
attachment B – 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 Airbus Ds Military Aircraft, Inc.. Only Has The Required Proprietary Technical And Engineering Data To Provide The Purchase Of The Bracket-sides And Bolts. 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.
please Note: Only Quotations With Shipping Terms Of F.o.b. Destination Or F.o.b Origin Will Be Accepted, Shipping Terms Of Ex Works (exw) Will Not Be Accepted.
the Closing Date For This Intent To Award Notice Is 02/10/2025 At 4:00 Pm Est. Point Of Contact For This Intent To Award Notice Is Debra.w.heath@uscg.mil. Please Indicate 70z03825ql0000044 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 Date10 Feb 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Others
United States
The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part:
item 1)
nsn: 3010-01-682-4066
coupling Shaft Flexible
270 Wmec A Class Propulsion
mfg: American Vulkan Corporation
part Number: 1r17225249
quantity: 01 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 Double Fiberbaord 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 2025-01 (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.
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 06,2025 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
Closing Date6 Feb 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Machinery and Tools
United States
The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part:
item 1)
nsn: 4140-01-598-0425
fan Tubeaxial
utilized On 87 Class Engineroom Exhaust Fan
part Number: 500-219183-45
mfg: Delta T Systems
quantity: 06 Each
item 2)
nsn: 4140-01-598-1549
fan Tubeaxial
24 Inch Tubeaxial Fan, Marine Aluminum Housing, Prime Mover
5.0 Horsepower Electric Motor 1740 Rpm
volt 440/3/60
corrosion Resistant Aluminum Ally Hub,
9x45deg Compsite Blades
utilized On 87 Class Engineroom Exhaust Fan
part Number: 224183
mfg: Delta T Systems
quantity: 06 Each
**uscg Quality Assurance Required**
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 2025-01 (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 333618 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 Delta T Systems 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 06,2025 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
Closing Date6 Feb 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Plastic and Rubber
United States
The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part:
item 1)
nsn: 8040-01-601-2062
gasket Kit For One Soft Patch
repair Kit Adhesive
mfg: Chand Corporation
part Number: 87spk Cpb-1 Patch
quantity: 12 Kt
**brand Name Mandatory**
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 2025-01 (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.
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 06,2025 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
Closing Date6 Feb 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Textile, Apparel and Footwear
United States
Linen Supply Services For Base Astoria Medical Clinic
Closing Date6 Feb 2025
Tender AmountRefer Documents
461-470 of 505 archived Tenders