Tenders of U S Coast Guard Usa
Tenders of U S Coast Guard Usa
U S COAST GUARD USA Tender
Chemical Products
United States
Closing Date28 Jan 2025
Tender AmountRefer Documents
Cgc William Chadcwick Hull Inspect, Clean And Zinc Renewal
U S COAST GUARD USA Tender
Others
United States
Closing Date28 Jan 2025
Tender AmountRefer Documents
A00004 - The Response Date For This Solicitation Has Been Extended Until January 28, 2025 At 2:00 Pm Est. a00003 - The Response Date For This Solicitation Has Been Extended Until January 21, 2025 At 2:00 Pm Est. a00002 - The Response Date For This Solicitation Has Been Extended Until January 14, 2025 At 2:00 Pm Est. a00001 - The Response Date For This Solicitation Has Been Extended Until January 6, 2025 At 2:00 Pm Est. 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 70z03825qj0000097 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 For Following Items On A Brand Name Basis As A Result Of This Synopsis/solicitation: item Name: Antenna Array
part Number: Mi585436-2
alternate Part Number: Mi585436-1
national Stock Number:5805-01-526-2067
quantity: 12 Ea
manufacturer Cage Code: 58960
requested Delivery Date: 3/15/2025 only The Brand Name Items Requested In This Solicitation Will Be Considered For Award. All Items Must Have Clear Traceability To The Original Equipment Manufacturer (oem), Honeywell International, Inc. (cage Code 58960). 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. Prospective Vendors Who Are Not The Oem Must Provide Traceability For The Offered Product Back To The Manufacturer. note: No Drawings, Specifications Or Schematics Are Available From This Agency. see Attachment 1 - “terms And Conditions – 70z03825qj0000097” For Applicable Clauses, Instructions And Evaluation Criteria. see Attachment 2 - “redacted Justification For Other Than Full And Open Competition – 70z03825qj0000097” closing Date And Time For Receipt Of Offers Is 1/28/2025 At 2:00pm Eastern Time. Anticipated Award Date Is On Or About 1/29/2025. E-mail Quotations May Be Sent To Michelle.r.monds@uscg.mil And Mrr-procurement@uscg.mil. Please Indicate 70z03825qj0000097 In The Subject Line.
U S COAST GUARD USA Tender
Machinery and Tools
United States
Closing Date28 Jan 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: 4320-01-602-8545 ring Lantern 270 Wmec Mde Lube Oil Cooler Lantern Ring. oversized Lantern Ring, C464 Naval Brass, Asme-sb-171, 11” Od X 10” Id X ¾” individually Package With Each Ring In Its Own Box And Label. Each Box Shall Be Able To Withstand Multiple Shipments. iaw Mil-std-2073-1e, Level B, Method 10 mark Iaw Mil-std-129r, Barcode Iaw Iso/iec-16388 mfg: Marmetal Industries, Llc pn: C46407511od10id qty: 90 Ea this Is A Combined Synopsis/solicitation For A Commercial Item Prepared In Accordance With The Format Outlined In Far Subpart 12.6, Fac 2025-02 (jan 3, 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 523510 And The Business Size Standard Is 200. 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 Marmetal Industrial Llc And/or Their Authorized Distributors 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 January 28, 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 (sep 2023); Far 52.212-3, Offeror Representations And Certifications-commercial Items (may 2024) 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.acquisition.gov.; Far 52.212-4, Contract Terms And Conditions-commercial Items (nov 2023); Far 52.212-5, Contract Terms & Conditions Required To Implement Statutes Or Executive Orders-commercial Items (jan 2025). 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) the Following Clauses Listed Within 52.212-5 Are Applicable: far 52.203-6 Restrictions On Subcontractor Sales To The Government (jun 2020, With Alternate I (nov 2021) far 52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (mar 2020) 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 (june 2020) (31 U.s.c. 6101 Note). far 52.219-28, Post Award Small Business Program Representation (feb 2024)(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 (feb 2024) (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 (nov 2021)(22 U.s.c. Chapter 78 And E.o. 13627) far 52.225-1 Buy American Act-supplies (oct 2022) far 52.225-3, Buy American Act-free Trade Agreement (nov 2023)(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
Electrical and Electronics...+1Electrical Works
United States
Closing Date28 Jan 2025
Tender AmountUSD 19.4 K This is an estimated amount, exact amount may vary.
Gate Motor Replacement At Uscg Diamondhead Light House
U S COAST GUARD USA Tender
Others
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents
Statement Of Work (sow) for uscgc Chippewa Renew Fire Alarm Panel And System Components chippewa Has An Immediate Need For Technical Support For Tasks Outlined In This Statement Of Work (sow). 1.0 General background the 75’ Wlr Asset, Uscgc Chippewa’s Current Notifier Afp 200 Fire Is Obsolete And Needs To Be Upgraded To The Notifier Afp 320 System. scope the Scope Of This Contract Is Defined By The Efforts And Tools Required To Support Uscgc Chippewa (wrl 75404). The Contractor Shall Provide All Labor, Materials, And Tools Necessary To Renew All System Components Outlined Below. objective the Goal Is To Upgrade Cgc Chippewa’s Fire Alarm System To The Notifier Afp 320, Upgrade/renew All Other System Components, And Restore The System Zones To Designed Configuration. applicable Documents compliance Documents the Following Documents Provide Specifications, Standards, Or Guidelines That Must Be Complied With In Order To Meet The Requirements Of This Contract: surface Forces Logistics Center Standard Specification (sflc Std Spec) 0000, 2022, General Requirements coast Guard Drawing 75f-wlr -436-001, Fire/flood Alarm System specific Requirements/tasks unless Otherwise Stated, This Contract Applies To On-site Support For Uscgc Chippewa (wlr 75404) In Buchanan, Tn. 2.1 Renew Notifier Fire Alarm System the Contractor Shall Perform Any Inspections Or Evaluations, As Deemed Necessary, To Determine Best Path Forward Prior To Commencing Work. protective Measures. The Contractor Shall Furnish And Install All Protective Coverings To Seal Off And Protect All Non-affected Vessel's Components, Equipment, And Spaces Near The Work Area Against Contamination During The Performance Of Work. Upon Completion Of Work, The Contractor Shall Remove All Installed Protective Measures, Inspect For The Presence Of Contamination, And Return All Contaminated Equipment, Components, And Spaces To Original Condition Of Cleanliness. interferences. The Contractor Shall Handle All Interferences In Accordance With Sflc Std Spec 0000, Paragraph 3.3.5 (interferences). renewal. The Contractor Shall Renew All Components Of The Existing Notifier Afp 200 With Notifier Afp 320 Using The Relevant Coast Guard Drawing(s) As Guidance. note although Some Components May Be Compatible With Both The Notifier Afp 200 And 320 Systems; The Contractor Shall Renew All Components Regardless Of Condition Or Compatibility Except Existing Wiring That Is Deemed Satisfactory By The Contractor. removal. The Contractor Shall Remove All Existing Components Except Existing Wiring That Is Adequate For Use In The Notifier Afp 320 System And Deemed In Satisfactory Condition By The Installing Contractor. disposal. The Contractor Shall Dispose Of All Removed Materials In Accordance With All Applicable Federal, State, And Local Regulations. notifier Afp 320 System Components Installation. The Contractor Shall Install Notifier Afp 320 Panel With New Components Compatible With Notifier Afp 320 System In Accordance With Details In Coast Guard Drawing 75f-wlr -436-001, Fire/flood Alarm System. configuration Compliance. The Contractor Shall Return Any Zone Configuration Abnormalities Back To Designed Configuration In Accordance With Coast Guard Drawing 75f-wlr -436-001, Fire/flood Alarm System. This May Include Adding, Deleting, Or Relocating Wiring And System Components. 2.2 Fire Alarm System Test the Contractor Shall Ensure All System Components Identified In Section 2.1 Have Been Renewed By Preforming A Walkthrough Of All Spaces With The Engineer Petty Officer (epo) Or The Epo’s Designated Representative. test System. The Contractor Shall Test All Sensors And Components Iaw With Industry Standards In The Presence Of The Engineer Petty Officer (epo) Or The Epo’s Designated Representative. system Certification: The Contractor Shall Provide Applicable Nfpa Fire Alarm Certification To The Engineer Petty Officer (epo) Or The Epo’s Designated Representative. warranty: The Contractor Shall Ensure System Installation Meets Oem Specifications And Provide Oem Standard Warranty. system Training. The Contractor Shall Conduct System Operation Training With Ships Force Upon Completion Of Successful System Testing/certification. contractor Personnel 3.1 The Contractor Shall Provide Qualified Personnel To Perform All Requirements Specified In This Sow. other Applicable Conditions 4.1 Period Of Performance the Period Of Performance For This Contract Shall Start No Later Than 10 Calendar Days From The Date Of Award And End No Later Than 14 Days After Commencement Of Work. 4.2 Place Of Performance the Primary Place Of Performance Will Be At Cgc Chippewa At 700 Coast Guard Rd., Buchanan, Tn 38222, Unless An Alternate Location Is Approved By The Coast Guard. 4.3 Hours Of Operation contractor Employees Shall Generally Perform All Work Between The Hours Of 0730 And 1600 Est, Monday Through Friday (except Federal Holidays). However, There May Be Occasions When Contractor Employees Shall Be Required To Work Other Than Normal Business Hours, Including Weekends And Holidays, To Fulfill Requirements Under This Sow. Precise Times May Be Negotiated With The Cutter Engineer Petty Officer (epo) As Scheduling Is Subject To Ship’s Operations. 4.4 Travel contractor Travel May Be Required To Support This Requirement. All Travel Required By This Task Shall Be Provided By The Contractor At No Expense To The Government. 5.0 Government Furnished Resources none. 6.0 Contractor Furnished Property the Contractor Shall Furnish All Materials, Equipment, And Services Necessary To Fulfill The Requirements Of This Contract, Except For The Government Furnished Resources Specified In Section 5.0. government Acceptance Period the Epo Will Inspect Deliverables Prior To Acceptance And Provide The Contractor With An E-mail That Provides Documented Reasons For Non-acceptance. If The Deliverable Is Acceptable, The Epo Will Send An E-mail To The Contractor Notifying It That The Deliverable Has Been Accepted. 8.0 Deliverables the Contractor Shall Provide A Trip Report And Warranty No Later Than 7 Days After Returning To The Home Office. rdd/pop: 05feb-19feb
U S COAST GUARD USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Closing Date3 Feb 2025
Tender AmountRefer Documents
Repair Of Bus Interface Unit For The Hc-27j Aircraft
U S COAST GUARD USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date3 Feb 2025
Tender AmountRefer Documents
Demolish Aid To Navigation (aton) Isle Au Haut Dbn 4 (llnr 3375)
U S COAST GUARD USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Closing Date6 Feb 2025
Tender AmountRefer Documents
Open, Inspect And Report Control Unit Navigation
U S COAST GUARD USA Tender
Machinery and Tools...+1Automobiles and Auto Parts
United States
Closing Date6 Feb 2025
Tender AmountRefer Documents
This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6 And Part 13, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. Solicitation Number 70z03825ql0000038 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 Effective January 17, 2025 the Applicable North American Industry Classification Standard Code Is 336413. The Small Business Size Standard Is 1,250 Employees. This Is A Total Small Busniess Set Aside Requirement. All Responsible Sources May Submit A Quotation Which Shall Be Considered By The Agency. it Is Anticipated That A Firm-fixed Price Purchase Order Will Be Awarded On A Competitive Basis As A Result Of This Synopsis/solicitation For The Following Parts: nsn Part Number Nomenclature Qty 1630-99-794-8655 Dr10627t Tires, Mlg 26 all Items Must Have Clear Traceability To The Original Equipment Manufacturer (oem), Dunlop Aircraft Tyres Limited (cage Code U8018). Traceability Means A Clear, Complete, Documented, And Auditable Paper Trail Which Traces Each Step From An Oem Or Distributor 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. Prospective Vendors Who Are Not The Oem Must Provide Traceability For The Offered Product Back To The Manufacturer Or Authorized Distributor. concerns Having The Expertise And Required Capabilities To Provide These Items Are Invited To Submit Offers In Accordance With The Requirements Stipulated In This Solicitation. Alternate Parts Will Be Authorized If They Are An Oem Approved Alternate Part That Satisfies All Form, Fit, And Function Requirements Of The Original Parts And Conform To The Approved Configuration. note: No Drawings, Specifications Or Schematics Are Available From This Agency. the Following Attachments Apply To This Solicitation: attachment A – Terms And Conditions 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 Feb 06, 2025 At 4:00 Pm Est. Point Of Contact For This Intent To Award Notice Is Debra.w.heath@uscg.mil . Please Indicate 70z03825ql0000038 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.
U S COAST GUARD USA Tender
Machinery and Tools
United States
Closing Date5 Feb 2025
Tender AmountRefer Documents
This Is A Sources Sought Notice / Request For Information; Not A Pre-solicitation Notice Or Solicitation For Proposals/quotations. Pursuant To Far Part 10 (market Research), The Purpose Of This Notice Is To: (1) Determine If Sources Capable Of Satisfying The Agency's Requirements Exists, (2) Determine If Commercial Items Suitable To Meet The Agency's Needs Are Available Or Could Be Modified To Meet The Agency's Requirements, And (3) Determine The Commercial Practices Of Company's Engaged In Providing The Needed Service Or Supply. Pursuant To Far Part 6 And Far Part 19, Competition And Set-aside Decisions May Be Based On The Results Of This Market Research. This Notice In No Way Obligates The Government To Any Further Action. the Uscg Anticipates Awarding A Contract For The Procurement Of Twelve (12) Axial Piston Pumps In Fy25, Manufactured By Bosch Rexroth Corporation. requirement: This Notice Is Issued By The U.s. Coast Guard, Surface Forces Logistics Center Long Range Enforcer Product Line, Baltimore Md To Identify Sources Capable Of Providing The Following: scope Of Work: The U.s. Coast Guard Surface Forces Logistics Center Has A Requirement For Qualified Sources For The Purchase Of Twelve (12) Axial Piston Pumps, Part Number R902439677, Listed Below. These Axial Piston Pumps Are To Be Used On 418' National Security (wmsl) Cutters. All Parts Acquired Must Be Genuine Parts From The Original Equipment Manufacturer (oem), Bosch Rexroth Corporation. bill Of Materils: nameaxial Piston Pumps part Number:r902439677 nsn4320-01-588-6101 qty 12 anticipated Period Of Performance: The Period Of Performance Is Anticipated To Be For Fy25 anticipated Naics Code/size Standard: The Applicable Naics Code Is 333996: Fluid Power Pump And Motor Manufacturing. Size Standard And The Size Standard Is 1250 Employees. submission Of Information: Companies Having Capabilities Necessary To Meet Or Exceed The Stated Requirements Are Invited To Provide Information To Contribute To This Market Survey/sources Sought Notice Including Commercial Market Information And Company Information. Companies May Respond To This Sources Sought Notice Via E-mail To Tatiana.sher1@uscg.mil And Kiya.r.plummer-dantzler@uscg.mil No Later Than 12:00 Am On February 5 , 2025, Eastern Standard Time (est) With The Following Information/documentation: 1. Name Of Company, Address And Uei Number. 2. Point Of Contact And Phone Number 3. Capability Statement. If The Company Is Identified As An Authorized Distributor Of This Item By Oem Bosch Rexroth Corporation, Submit An Approved Agreement Plan/ License. sam: Interested Parties Should Register In The System For Award Management (sam), Formerly Known As Central Contractor Registration (ccr), As Prescribed In Far Clause 52.232-33. Sam Can Be Obtained By Accessing The Internet At Www.sam.gov Or By Calling 1-866-606-8220. disclaimer And Important Notes: This Sources Sought Notice Is For Market Research Purposes Only And Does Not Constitute A Request For Proposal/quotation; And, It Is Not Considered To Be A Commitment By The Government To Award A Contract Nor Will The Government Pay For Any Information Provided; No Basis For Claim Against The Government Shall Arise As A Result From A Response To This Sources Sought Notice Or Government Use Of Any Information Provided. Failure To Respond Or Submit Information In Sufficient Detail May Result In A Company Not Being Considered A Likely Offeror When Making A Decision On Whether Or How To Set Aside A Solicitation For Restricted Competition. Regardless Of The Information Obtained From This Sources Sought Notice, The Government Reserves The Right To Consider Any Arrangement As Deemed Appropriated For This Requirement. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. No Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response To This Sources Sought Notice. The Government Reserves The Right To Use Any Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate, Including Using Technical Information Provided By Respondents In Any Resultant Solicitation. At This Time No Solicitation Exists; Therefore, Do Not Request A Copy Of The Solicitation. After A Review Of The Responses Received, A Pre-solicitation Notice, And Solicitation May Be Published On Sam.gov Website. It Is The Potential Offeror's Responsibility To Monitor Sam.gov For Release Of Any Future Solicitation That May Result From This Sources Sought Notice. However, Responses To This Sources Sought Notice Will Not Be Considered Adequate Responses To Any Resultant Solicitation.
41-50 of 667 archived Tenders