Tenders of U S Coast Guard Usa
Tenders of U S Coast Guard Usa
U S COAST GUARD USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6 And Part 13, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. Solicitation Number 70z03825qj0000211 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 17 January 2025.
the Applicable North American Industry Classification Standard Code Is 336413. The Small Business Size Standard Is 1,250 Employees. This Solicitation Is 100% Set-aside For Small Business. 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 Part:
item Name: Bearing, Plain, Self
national Stock Number: 3120-01-206-8699
part Number: Sb5303-103 (manufactured By Cage Code: 78286 Or 15860)
quantity: 145 Ea
requested Delivery Date: 21-feb-2025
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. Offerors Must Be Able To Provide Necessary Certification Including Traceability To The Manufacturer, Manufacturer's Coc And Its Own Certificate Of Conformance To Ensure Parts Are In Airworthy Condition, Suitable For Installation On Uscg Aircraft. Prospective Vendors Who Are Not The Oem Must Provide Traceability For The Offered Product Back To The Manufacturer.
all Parts Shall Be “newly Manufactured Commercial Items”. “new Surplus” Will Be Considered With Accepted As Long As There Is Traceability Back To An Original Equipment Manufacturer (oem) And Photos/documentation Are Sent In With The Quote For Medium Range Recovery (mrr) Engineering Approval.
note: No Drawings, Specifications Or Schematics Are Available From This Agency.
see Attachment 1 - “terms And Conditions – 70z03825qj0000211” For Applicable Clauses, Instructions And Evaluation Criteria.
closing Date And Time For Receipt Of Offers Is 2/18/2025 At 2:00pm Eastern Time. Anticipated Award Date Is On Or About 2/19/2025. E-mail Quotations Are Preferred And May Be Sent To Michelle.r.monds@uscg.mil And Mrr-procurement@uscg.mil . Please Indicate 70z03825qj0000211 In The Subject Line.
Closing Date18 Feb 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Others
United States
The United States Coast Guard Surface Forces Logistics Center Has An Emergent Requirement And Requesting Quotations For The Following Part:
item 1)
nsn: 6680-01-470-0843
transmitter, Liquid Quantity
xm-179700-063-01000 Series Xm-800 316 Stainless Steel Level Transmitter With 63 Inch Indication, 1/4 Inch Resolution, 2 1/4 Inch Diameter Buna N Float, Special Ms O-ring Groove Flange, 30 Ft Pvc Cable, And Analog Output. Gems Sensors Part Number 181141.
individually Packaged, Marked And Bar Coded
mfg: Gems Sensors Incorporated
pn: 181141
qty: 6 Ea
delivery Shall Be F.o.b. Destination To Uscg Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore Md 21126, Mark For: Receiving Room Bldg. 88.
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 17, 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 700. 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 With Their Offer. The Closing Date And Time For Receipt Of Quote Is Feb 18, 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 Products And Commercial Services (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.aquisition.gov ; Far 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services (nov 2023); Far 52.212-5, Contract Terms & Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (nov 2024).
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 52.219-6, Notice Of Total Small Business Set-aside (nov 2022)(15 U.s.c. 644).
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
Closing Date18 Feb 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Aerospace and Defence
United States
The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part:
item 1)
5960 01-530-0581
magnetron, X-band,
mfg Name: Furuno
part_nbr: 000-140-762
qty: 70 /ea
magnetron Mg5436 25kw , Piece Part Of An/sps-50 Radar. Alternate P/n: 000-140-762 Or Mg5436 Or M1636 . All Of These Items Must Be Individually Packaged, Protected And Marked According To Mil-std-2073-1e W/change 1 7 January 2011 Military Packaging; Mil-prf[1]81705e_amendment-1 Barrier Materials, Flexible, Electrostatic Discharge Protective, Heat-sealable; If Required And Mil-std-129pch4 Military Marking (mil-std-129pch4 Military Marking, Page 39 Of Spec). Copies Included With This Saps Package. Each Unit To Have Electrostatic Protection Iaw Type Iii, Class I Of Mil-prf[1]81705e_amendment-1 Barrier Materials, Flexible, Electrostatic Discharge Protective, Heat-sealable; If Required. Each Item To Be Individually Packaged Iaw The Following: Mil-std-2073-1e W/change 1 7 January 2011, Method 10 Astm-d-3951-10 Packing, Commercial (if Specifically Authorized By The Government) Each Item To Be Individually Marked Iaw The Following: Mil-std-129p Change 4, Sept 2007 Marking For Shipment And Storage Bar Coding Required, If Capable, To Comply With The Following: Mil-std-129pch4 Military Marking. See 4.4, Page 47 Of This Specification For Identification Linear (code 39) And 2d (pdf417) Bar Code Markings And Locations
delivery Shall Be F.o.b. Destination To Uscg Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore Md 21226
brand Name Part Is Mandatory To Be Considered For Award, Offers Of “equal” Products Must Meet The Salient Physical, Functional, Or Performance Characteristic Specified In This Solicitation And Uscg Will Determine If Alternate Part Is Acceptable
this Is A Combined Synopsis/solicitation For A Commercial Item Prepared In Accordance With The Format Outlined In Far Subpart 12.6, 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)
52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (october 2022)
52.219-28, Post Award Small Business Program Rerepresentation (feb 2024)
52.222-3, Convict Labor (june 2003)
52.222-19, Child Labor—cooperation With Authorities And Remedies (feb 2024) (e.o. 13126).
52.222-21, Prohibition Of Segregated Facilities (apr 2015).
52.222-26, Equal Opportunity (sep 2016) (e.o. 11246).
52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793).
52.222-50, Combating Trafficking In Persons (nov 2021)
52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024)
52.225-13, Restrictions On Certain Foreign Purchases (feb 2021)
52.232-33, Payment By Electronic Funds Transfer— System For Award Management (october 2018)
52.225-3, Buy American--free Trade Agreements--israeli Trade Act (nov 2023)
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 Date18 Feb 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Aerospace and Defence
United States
This Is A Combined Synopsis/solicitation For Commercial Items, Prepared In Accordance With The Format In Subpart 12.6 Of The Far And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes Only Solicitation; Quotes Are Being Requested And A Separate Written Solicitation Will Not Be Issued.
solicitation Number52000pr250002324 Applies And Is Used As A Request For Quote (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2024-05, Effective, 22 May 2024. It Is Anticipated That A Competitive Price Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. All Responsible Sources May Submit A Quotation, Which If Timely Received, Shall Be Considered By This Agency.
the U.s. Coast Guard, Surface Forces Logistics Center (sflc) Intends To Award A Firm Fixed Price Purchase Order. No Down Payments Or Advanced Payments Will Be Made To The Awarded Vendor. Vendor Shall Ensure They Can Secure Funding For This Order Until Delivered And Received By The Us Coast Guard. Payment Will Be Made By Government Purchase Order (net 30) And The Vendor Shall Assume Financial Responsibility Until The Order Is Accepted And Received By Us Coast Guard. Payment Of The Work Is Authorized To Be Submitted As Work Is Completed But Must Be Approved By The Contracting Officer First.
basis For Award:thissolicitation Is Based On Far 13 – Simplified Acquisition Procedures And Quotes Will Be Reviewed And Awarded On A Lowest Priced Technically Acceptable Basis Per The Solicitation. Past Performance Will Only Be Reviewed For “responsibility” Basis Per Far 9.1.there Are No Adjectival Ratings Nor Will Award Be Based On A Best Value Tradeoff Basis.all Quote’s Will Be Evaluated For Who Meets All The Technical Requirements, Next Who Meets Our Deadlines And Finally What Is The Lowest Cost.
all Quotes Shall Be Emailed To Skc Bryan Duffey Via Bryan.a.duffey@uscg.mil And Shall Be Received No Later Than 19 February 2025 03:00pm (eastern). All Emailed Quotes Shall Have 52000pr250002324 In The Subject Of The Email.
item 1: Contractor Shall Provide General Labor, Equipment, And Facilities To Haul Out Us Coast Guard 47 Ft Motor Lifeboat 47290, Pressure Wash Hull, Remove All Interferences And Renew Port And Starboard Engine(s). Descale Engine Coolant System.
place Of Performance:
station Cape Disappointment 47290
322 Coast Guard Rd
illwaco, Wa 98624
907-518-4187
invoicing In Ipp
it Is Now A Requirement That All Invoicing For Purchase Orders Will Now Be Entered And Processed Through Https://www.ipp.gov.
far Clauses
this Order Is Subject To But Is Not Limited To The Following Federal Acquisition Regulations:
far Clauses
this Order Is Subject To But Is Not Limited To The Following Federal Acquisition Regulations:
52.204-24 Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment.
52.204-26 Covered Telecommunications Equipment Or Services-representation.
52.212-1 Instructions To Offerors—commercial Products And Commercial Services.
52.212-3 Offeror Representations And Certifications—commercial Products And Commercial Services.
52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities.
52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment.
52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services.
Closing Date19 Feb 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Electrical Goods and Equipments...+2Machinery and Tools, Electrical and Electronics
Corrigendum : Closing Date Modified
United States
Amendment 2 Is Extending The Closing Date To 2/19/2025 At 11:00am Est.
amendment 1 Is Extending The Closing Date To 2/10/2025 At 11:00am 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 70z03825qb0000038 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 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 An Unrestricted Requirement. All Responsible Sources May Submit A Quotation Which Shall Be Considered By The Agency.
it Is Anticipated That A Firm-fixed Price Purchase Order Will Be Awarded On A Competitive Basis As A Result Of This Combined Synopsis/solicitation. All Parts Must Have Clear Traceability To The Original Equipment Manufacturer (oem), Mason Electric Co. (cage Code 81579). Traceability Means A Clear, Complete, Documented, And Auditable Paper Trail Which Traces Each Step From An Oem Approved Source.
see Attached Documents Titled:
“requirements - 70z03825qb0000038” And
“terms And Conditions – 70z03825qb0000038”.
52.217-6 Option For Increased Quantity (mar 1989) Applies To This Acquisition And Is Tailored As Follows:
for Line Item 1, The Government May Increase The Quantity Of Supplies Called For In The Schedule, By Up To A Quantity Of Fifteen (15), At The Unit Price Specified, Up To A Maximum Quantity Of Thirty-two (32). The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within One Calendar Year After Purchase Order Award. Delivery Of The Added Items Shall Continue At The Same Rate As The Like Items Call For Under The Purchase Order, Unless The Parties Otherwise Agree.
***please Note That If The Uscg Chooses To Exercise Any Optional Quantity Modification, Such Modifications Will Be Issued Unilaterally To The Contractor.
(end Of Clause)
concerns Having The Expertise And Required Capabilities To Provide These Items Are Invited To Submit Offers In Accordance With The Requirements Stipulated In This Solicitation. Parts Must Be Approved In Accordance With Federal Aviation Administration (faa) Guidelines To Ensure Safety Of Our Aircrew. The Government Shall Ensure All Procurements Are Awarded Without Jeopardizing Quality Or Safety Of Flight. Only The Use Of Airworthy Commercial Specifications Or Standard Military Specifications/military Standard Parts Will Be Utilized And Approved From This Solicitation.
newly Manufactured Commercial Items Will Only Be Procured From Sources Able To Provide A Certificate Of Conformance (coc) And Traceability To The Oem. The Federal Aviation Regulation, Part 21, Outlines Certification Procedures.
note: No Drawings, Specifications Or Schematics Are Available From This Agency.
closing Date And Time For Receipt Of Offers Is 19 February 2025 At 11:00am Est. Quotes And Questions Shall Be Submitted By Email To Maggie.d.cox@uscg.mil. Please Indicate Solicitation 70z03825qb0000038 In The Subject Line. Phone Call Quotes Will Not Be Accepted.
Closing Date19 Feb 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Aerospace and Defence
United States
This Is A Sources Sought Synopsis Only And Does Not Constitute A Solicitation Announcement. This Is Not A Request For Proposals Or A Quote And In No Way Obligates The Government To Award Any Contract. This Sources Sought Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government. This Is Not A Solicitation Announcement For Quotes/proposals And No Contract Will Be Awarded From This Announcement. This Sources Sought Notice Has Been Issued To Survey The Market And Assist The United States Coast Guard (uscg) In Determining Possible Sources For Consideration. All Firms Responding To This Sources Sought Notice Are Advised That Their Response To This Notice Is Not A Request To Be Considered For A Contract Award.
the Uscg Is Conducting Market Research To Seek Sources That Have The Capability To Procure The Following Item:
nsn: 4220-01-hs3-2263
part Number: Pif29651_a
alternate Part Number: Pif29651
description: Mh-60t Sar Cabinet
responses To This Notice Should Include Company Name, Address, Telephone Number, And Point Of Contact (poc). Responses Should Include Approximate Lead-time For Delivery Of Part. Please Respond To The Following Questions:
1. Is Your Firm An Oem Authorized Facility? If So, Please Provide The Cage Code Which To Procure With.
2. Is Your Business A Large Or Small Business And How Many Employees?
3. What North American Industry Classification System (naics) Code Does Your Company Use For This Type Of Service?
4. If Small, Does Your Firm Qualify As A Small, Emergent Business, Or A Small, Disadvantaged Business?
5. If Disadvantaged, Specify Under Which Disadvantaged Group And Is Your Firm Certified Under Section 8(a) Of The Small Business Act?
6. Is Your Firm A Certified Hub Zone Firm?
7. Is Your Firm A Woman-owned Or Operated Business?
8. Is Your Firm A Certified Service-disabled Veteran-owned?
9. Is Your Product Listed On A General Services Administration (gsa) Schedule?
10. Do You Have Other Government Agencies Using The Product, And If So Which Agencies, Pocs And Contract Numbers?
11. If Possible, Provide Pocs For Civilian Users For General Usage Of Product Questions.
12. Please Indicate If There Are Any Quantity Discounts.
13. What Is An Estimated Total Lead Time?
after The Review Of The Responses To This Sources Sought Announcement, And If The Uscg Still Plans To Proceed With The Acquisition, A Solicitation Announcement Will Be Published On The Sam.gov Website. Responses To This Sources Sought Synopsis Are Not Adequate Responses To Any Future Solicitation Announcement. All Interested Offerors Will Have To Respond To The Solicitation In Addition To Responding To This Sources Sought Synopsis. Responses To This Sources Sought Synopsis Are Not A Request To Be Added To A Prospective Offerors List Or To Receive A Copy Of The Solicitation.
closing Date And Time For Receipt Of Response Is 19 February 2025 @ 2:00pm Est. E-mail Responses Are Preferred And May Be Sent To Amy.e.whitehurst2@uscg.mil, Attention Amy Whitehurst. Please Indicate 70z03825ij0000022 In The Subject Line.
Closing Date19 Feb 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Others
United States
1/28/25 - Amended To Add The Follow:
all Questions Pertaining To This Rfq Shall Be Submitted In Writing To Terry.e.craft@uscg.mil No Later Than Noon (pst) On 2/7/25. In Order To Provide Vendors Adequate Time To Prepare Their Quotes, No Late Question Submissions Will Be Accepted
this Is A Combined Synopsis/solicitation For Commercial Item Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. The Request For Quotation Number Is 70z08425q0000012 And Incorporates Provisions And Clauses In Effect Through Federal Acquisition Circular 2025-03. This Acquisition Is Being Solicited Unrestricted. The Naics Is 336212. The Contract Type Will Be A Firm Fixed Price Purchase Order. The Government Proposes To Solicit Quotes For The Following Item(s):
regional Dive Locker East Will Be Receiving Its Own Compression Chambers To Be Utilized For Future Dive Deployments, Operations, And Training Exercises. These Compression Chambers Are Equipped With Highly Sensitive Pressure Gauges That Are Carefully Calibrated To Ensure Medical Treatments Are Executed Precisely. The Purchase Of The Flatdeck Trailers Will Allow Dive Teams To Execute Safe Transportation Of These Chambers. These Flatdeck Trailers Are Specifically Outfitted And Designed To Accommodate The Size, Weight, Sensitivity, And The Overall Safety In Transporting The Chambers To And From Various Mission Locations.
qty 2
30x102x33 Flatdeck Trailer
- Ramp Pockets W/2 Heavy Duty Slide In Ramps 4" Channel
- 14ply Dual Wheel W/ Spare
- Shocker Hitch
- 16klippert Elec/hydraulic Brake Axles
- 4 D-ringtie Downs
- 2 Under Mount Toolboxes
- 12 Inch I-beam Frame 22#
- Sliding Winch Track Leftside
- 8 Sliding Winches 4"
- 12k Jacks Withroller Bearing Handles
- 2 Speed Jacks
- Lockerstyle Toolbox
- Torque Tube
shipping/delivery: (1 Each):
us Coast Guard
regional Dive Locker East
4000 Coast Guard Blvd,
portsmouth, Va 23703
us Coast Guard
regional Rive Locker West
1022 Bay Marina Dr.
suite 106
national City, Ca 91950
award: This Purchase Will Be Based On The Following Criteria: Lowest Price For Item That Meets Or Exceeds Specifications.
clauses: The Following Far Provisions Apply To This Acquisition: Far 52.212-1 Instruction To Offers Commercial Items, Far 52.212-3 Offeror Representatives And Certifications And Certifications Commercial Items, Far 52.212-4, Contract Terms And Conditions Commercial Items. Far 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders Commercial Items. The Following Clauses Cited In Far 52.212-5 Are Applicable To This Acquisition; Far 52.203 Restrictions On Subcontractor Sales To The Government, Far 52.203-13 Contractor Code Of Business Ethics And Conduct, Far 203-17 Contractor Employee Whistleblower Rights, Far 52.204-14 Service Contract Reporting Requirements, Far 52.209-9 Updates If Publicly Available Information Regarding Responsibility Matters, Far 52.219-8 Utilization Of Small Business Concerns, Far 52.219-14 Limitations On Subcontracting, Far 52.219-28 Post Award Small Business Program Representative, Far 52.219-33 Nonmanufacturer Rule, Far 52.222-3 Convict Labor, Far 52.222-21, Prohibition Of Segregated Facilities, Far 52.222-26, Equal Opportunity (e.o. 11246), Far 52.222-35, Equal Opportunity For Veterans, Far 52.222-36 Equal Opportunity For Workers With Disabilities (29 U.s.c. 793), Far 52.222-37, Employment Reports On Veterans, Far 52.222-40 Notification Of Employee Rights Under The National Labor Relations Act, Far 52.222-50 Combating Trafficking In Persons, Far 52.222-54 Employment Eligibility Verification, Far 52.223-9 Estimate Of Percentage Of Recovered Material Content For Epa-designated Items, 52.223-11 Ozone-depleting Substances And High Global Warming Potential, Far 52.223-20 Aerosols, Far 52.223-21 Foams, Far 52.225-1, Buy American Act, Far 52.225-13 Restrictions On Certain Foreign Purchases, Far 52.232-29 Terms For Financing Of Purchases Of Commercial Products And Commercial Services, Far 52.232-33 Payment By Electronic Funds Transfer-system For Award Management, Far 52.242-5 Payments To Small Business Subcontractors,
addendum To Far Clause 52.212-5:
52.204-23 Prohibition On Contracting For Hardware, Software, And Services Developed Or Provided By Kaspersky Lab Covered Entities (deviation 20-05)(jul 2024)
(a) Definitions. As Used In This Clause-
kaspersky Lab Covered Article Means Any Hardware, Software, Or Service That–
(1) Is Developed Or Provided By A Kaspersky Lab Covered Entity;
(2) Includes Any Hardware, Software, Or Service Developed Or Provided In Whole Or In Part By Akaspersky Lab Covered Entity; Or
(3) Contains Components Using Any Hardware Or Software Developed In Whole Or In Part By Akaspersky Lab Covered Entity.
kaspersky Lab Covered Entity Means–
(1) Kaspersky Lab;
(2) Any Successor Entity To Kaspersky Lab, Including Any Change In Name, E.g., "kaspersky";
(3) Any Entity That Controls, Is Controlled By, Or Is Under Common Control With Kaspersky Lab; Or
(4) Any Entity Of Which Kaspersky Lab Has A Majority Ownership.
(b) Prohibition. Section 1634 Of Division A Of The National Defense Authorization Act For Fiscal Year
2018 (pub. L. 115-91) Prohibits Government Use Of Any Kaspersky Lab Covered Article. The Contractor
is Prohibited From—
(1) Providing Any Kaspersky Lab Covered Article That The Government Will Use On Or After
october 1, 2018; And
(2) Using Any Kaspersky Lab Covered Article On Or After October 1, 2018, In The Development Of
data Or Deliverables First Produced In The Performance Of The Contract.
(c) Reporting Requirement.
(1) In The Event The Contractor Identifies Covered Article Provided To The Government Duringcontract Performance, Or The Contractor Is Notified Of Such By A Subcontractor At Any Tier Or Byany Other Source, The Contractor Shall Report, In Writing, Via Email, To The Contracting Officer,contracting Officer's Representative, And The Enterprise Security Operations Center (soc) Atndaa Incidents@hq.dhs.gov, With Required Information In The Body Of The Email. In The Case Ofthe Department Of Defense, The Contractor Shall Report To The Website At Https://dibnet.dod.mil.
for Indefinite Delivery Contracts, The Contractor Shall Report To The Enterprise Soc, Contractingofficer For The Indefinite Delivery Contract And The Contracting Officer(s) And Contracting Officer's Representative(s) For Any Affected Order Or, In The Case Of The Department Of Defense, Identify Both The Indefinite Delivery Contract And Any Affected Orders In The Report Provided At Https://dibnet.dod.mil.
(2) The Contractor Shall Report The Following Information Pursuant To Paragraph (c)(1) Of This Clause:
(i) Within 3 Business Days From The Date Of Such Identification Or Notification: The Contract Number; The Order Number(s), If
applicable; Supplier Name; Brand; Model Number (original Equipment Manufacturer (oem)number, Manufacturer Part Number, Or
wholesaler Number); Item Description; And Any Readily Available Information About Mitigation Actions Undertaken Or Recommended.
(ii) Within 10 Business Days Of Submitting The Report Pursuant To Paragraph (c)(1) Of This Clause: Any Further Available Information About Mitigation Actions Undertaken Or Recommended. In Addition, The Contractor Shall Describe The Efforts It Undertook To Prevent Use Or Submission Of A Kaspersky Lab Covered Article, Any Reasons That Led To The Use Or Submission Of The Kaspersky Lab Covered Article, And Any Additional Effortsthat Will Be Incorporated To Prevent Future Use Or Submission Of Kaspersky Lab Covered Articles.
(d) Subcontracts. The Contractor Shall Insert The Substance Of This Clause, Including This Paragraph (d), In All Subcontracts, Including Subcontracts For The Acquisition Of Commercial Items.
(end Of Clause)
52.204-25 Prohibition On Contracting For Certain Telecommunications And Video Surveillance Services Or Equipment (deviation 20-05) (dec 2020)
(a) Definitions. As Used In This Clause
"backhaul" Means Intermediate Links Between The Core Network, Or Backbone Network, And The Small Subnetworks At The Edge Of The Network (e.g., Connecting Cell Phones/towers To The Core Telephone Network). Backhaul Can Be Wireless (e.g., Microwave) Or Wired (e.g., Fiber Optic, Coaxial Cable, Ethernet). "covered Foreign Country" Means The People's Republic Of China. "coveredtelecommunications Equipment Or Services" Means-
(1) Telecommunications Equipment Produced By Huawei Technologies Company Or Zte Corporation (or Any Subsidiary Or Affiliate Of
such Entities);
(2) For The Purpose Of Public Safety, Security Of Government Facilities, Physical Security Surveillance Of Critical Infrastructure, And Other National Security Purposes, Video Surveillance And Telecommunications Equipment Produced Byhytera Communications Corporation, Hangzhou Hikvision Digital Technology Company, Or Dahua Technology Company (or Anysubsidiary Or Affiliate Of Such Entities);
(3) Telecommunications Or Video Surveillance Services Provided By Such Entities Or Using Such Equipment; Or
(4) Telecommunications Or Video Surveillance Equipment Or Services Produced Or Provided By An Entity That The Secretary Of Defense, In Consultation With The Director Of National Intelligence Or The Director Of The Federal Bureau Of Investigation, Reasonably Believes To Be An Entity Owned Or Controlled By, Or Otherwise Connected To, The Government Of Acovered Foreign Country.
"critical Technology" Means-
(l) Defense Articles Or Defense Services Included On The United States Munitions List Set Forth Inthe International Traffic In Arms Regulations Under Subchapter M Of Chapter I Of Title 22, Code Of Federal Regulations;
(2) Items Included On The Commerce Control List Set Forth In Supplement No. 1 To Part 774 Of The Export Administration Regulations Under Subchapter C Of Chapter Vii Of Title 15, Code Of Federal Regulations, And Controlled-
(i) Pursuant To Multilateral Regimes, Including For Reasons Relating To National Security, Chemical And Biological Weapons Proliferation, Nuclear Nonproliferation, Or Missile Technology; Or
(ii) For Reasons Relating To Regional Stability Or Surreptitious Listening;
(3) Specially Designed And Prepared Nuclear Equipment, Parts And Components, Materials, Software, And Technology Covered By Part 810 Of Title 10, Code Of Federal Regulations (relating To Assistance To Foreign Atomic Energy Activities);
(4) Nuclear Facilities, Equipment, And Material Covered By Part 110 Of Title 10, Code Of Federal Regulations (relating To Export And Import Of Nuclear Equipment And Material);
(5) Select Agents And Toxins Covered By Part 331 Of Title 7, Code Of Federal Regulations, Part 121 Of Title 9 Of Such Code, Or Part 73 Of Title 42 Of Such Code; Or
(6) Emerging And Foundational Technologies Controlled Pursuant To Section 1758 Of The Export Control Reform Act Of2018 (50 U.s.c. 4817).
"interconnection Arrangements" Means Arrangements Governing The Physical Connection Of Two Or More Networks To Allow The Use Ofanother's Network To Hand Off Traffic Where It Is Ultimately Delivered (e.g., Connection Of A Customer Of Telephone Provider A To A Customer Of Telephone Company B) Or Sharing Data Andother Information Resources. "reasonable Inquiry" Means An Inquiry Designed To Uncover Any Information In The Entity's Possession About The Identity Of The Producer Or Provider Of Covered Telecommunications Equipment Or Services Used By The Entity That Excludes The Need To Include An Internal Or Third-party Audit.
"roaming" Means Cellular Communications Services (e.g., Voice, Video, Data) Received From A Visited Network When Unable To Connect To The Facilities Of The Home Network Either Because Signal Coverage Is Too Weak Or Because Traffic Is Too High.
"substantial Or Essential Component" Means Any Component Necessary For The Proper Function Or Performance Of A Piece Of Equipment, System, Or Service.
(b) Prohibition.
(1) Section 889(a)(l)(a) Of The John S. Mccain National Defense Authorization Act For Fiscal Year 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13,2019, From Procuring Or Obtaining, Or Extending Or Renewing A Contract To Procure Or Obtain, Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services Asa Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System. The Contractor Is Prohibited From Providing To The Government Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System, Unless An
(c) Of This Clause Applies Or The Covered Telecommunication Equipment Or Services Are Covered By A Waiver Described In Far 4.2104.
(2) Section 889(a)(l)(b) Of The John S. Mccain National Defense Authorization Act For Fiscalyear 2019 (pub. L. 115-232) Prohibits The Head Of An Executive Agency On Or After August 13, 2020, From Entering Into A Contract, Or Extending Or Renewing A Contract, With An Entity That Uses Any Equipment, System, Or Service That Uses Covered Telecommunications Equipment Or Services As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System, Unless An Exception At Paragraph (c) Of This Clause Applies Or The Covered Telecommunication Equipment Or Services Are Covered By A Waiver Described In Far 4.2104.
this Prohibition Applies To The Use Of Covered Telecommunications Equipment Or Services, Regardless Of Whether That Use Is In Performance Of Work Under A Federal Contract.
(c) Exceptions. This Clause Does Not Prohibit Contractors From Providing-
(1) A Service That Connects To The Facilities Of A Third-party, Such As Backhaul, Roaming, Or
interconnection Arrangements; Or
(2) Telecommunications Equipment That Cannot Route Or Redirect User Data Traffic Or Permit
visibility Into Any User Data Or Packets That Such Equipment Transmits Or Otherwise Handles.
(d) Reporting Requirement.
(1) In The Event The Contractor Identifies Covered Telecommunications Equipment Or Services Used As A Substantial Or Essential Component Of Any System, Or As Critical Technology As Part Of Any System, During Contract Performance, Or The Contractor Is Notified Of Such By A Subcontractor At Any Tier Or By Any Other Source, The Contractor Shall Report The Information In Paragraph (d)(2) Of This Clause In Writing Via Email To The Contracting Officer, Contracting Officer's Representative, And The Network Operations Security Center (nosc) At Ndaaincidents@hq.dhs.gov, With Required Information In The Body Of The Email. In The Case Of The Department Of Defense, The Contractor Shall Report To The Website At Ttps://dibnet.dod.mil. For Indefinite Delivery Contracts, The Contractor Shall Report To The Nosc, Contracting Officer For The Indefinite Delivery Contract And The Contracting Officer(s) And Contracting Officer's Representative(s) For Any Affected Order Or, In The Case Of The Department Of Defense, Identify Both The Indefinite Delivery Contract And Any Affected Orders In The Report Provided At Https://dibnet.clod.mil.
(2) The Contractor Shall Report The Following Information Pursuant To Paragraph (d)(l) Of This Clause
(i) Within One Business Day From The Date Of Such Identification Or Notification: The Contract Number; The Order Number(s), If Applicable; Supplier Name; Supplier Unique Entity Identifier (if Known); Supplier Commercial And Government Entity (cage) Code (if Known); Brand; Model Number (original Equipment Manufacturer Number, Manufacturer Part Number, Or Wholesaler Number); Item Description; And Any Readily Available Information About Mitigation Actions Undertaken Or Recommended.
(ii) Within 10 Business Days Of Submitting The Information In Paragraph (d)(2)(i) Of This Clause: Any Further Available Information About Mitigation Actions Undertaken Or Recommended. In Addition, The Contractor Shall Describe The Efforts It Undertook To Prevent Use Or Submission Of Covered Telecommunications Equipment Or Services, And Any Additional Efforts That Will Be Incorporated To Prevent Future Use Or Submission Of Covered Telecommunications Equipment Or Services.
(e) Subcontracts. The Contractor Shall Insert The Substance Of This Clause, Including This Paragraph (e) And Excluding Paragraph (b)(2), In All Subcontracts And Other Contractualinstruments, Including Subcontracts For The Acquisition Of Commercial Items.
(end Of Clause)
offers Are Due On Feb 14, 2025, By 5:00pm (pst). Offers Must Provide As A Minimum: (1) Solicitation Number; (2) Specifications, Pictures And/or Drawings For Item Being Offered So That A Determination Can Be Made If Item Being Offered Meets The Requirement (3) Point Of Contact Name, Telephone Number And Address, 4) Company Uei Number
Closing Date15 Feb 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Others
United States
Hicube Hard Top Storage Containers
Closing Date14 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: 4320-01-476-6543
pump, Rotary
used On The 87 Reverse Osmosis - P/n: Pw-200/pw-400 Old Style. Village Marine High Pressure Plunge Type Positive Displacement Pump.
please Have The Part Number Permanently Marked On The Pump.
note*** Vendor Shall Provide Photos Of The Pumps To The Contracting Officer For Review Prior To Shipping For Verification Correct Pump Is Being Offered.*****
each Pump Shall Be Individually Packaged In Accordance With Mil-std-2073-1e Method 10, Cushioned Or Secured As Necessary To Prevent Damage From Movement Or External Impact. Each Item Shall Then Be Packed In An Appropriately Sized Astm-d5118
double-wall Fiberboard Box Or Astm-d6880 Class 2 Heavy Duty Screwed Wooden 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.
mfg: Parker Hannifin Corp.
pn: 70-6097
qty: 6 Ea
this Is A Combined Synopsis/solicitation For A Commercial Item Prepared In Accordance With The Format Outlined In Far Subpart 12.6, Fac 2025-03 (jan 17, 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 333914 And The Business Size Standard Is 750. The Resultant Purchase Order Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far 13.106 Apply.
substitute Parts Are Not Acceptable. It Is Anticipated That A Non-competitive Sole Source Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. It Is The Government’s Belief That Only Parker Hannifin Corp.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 February 14, 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
Closing Date14 Feb 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Electrical and Electronics...+1Electrical Works
United States
Refrigerant Monitoring Start Up Service
Closing Date17 Feb 2025
Tender AmountRefer Documents
491-500 of 506 archived Tenders