Tenders of U S Coast Guard Usa
U S COAST GUARD USA Tender
Others...+1Electrical and Electronics
United States
This Posting Is Being Posted With The Intent To Award Sole Source.
statement Of Work (sow)
for
uscgc Hickory Thruster System Programming And Service
cgc Hickory Is Upgrading To The Decs 250 Voltage Regulator For Their Bow And Stern Thrusters And Has An Immediate Need For Technical Support For Tasks Outlined In This Statement Of Work (sow).
1.0 General
background
the 225’ Wlb Asset, Uscgc Hickory, Is Upgrading To The Decs 250 Voltage Regulator For Their Thruster System And Requires Technical Support To Commission The Decs 250 Voltage Regulator..
scope
the Scope Of This Contract Is Defined By The Efforts And Tools Required To Support Uscgc Hickory (wlb 212). The Contractor Shall Provide All Labor, Materials, And Tools Necessary To Install And Commission The Decs 250 Voltage Regulator.
objective
the Goal Is To Successfully Commission The Decs 250 Voltage Regulato.
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:
technical Publication Hull, Mechanical, & Electrical 3556
bow And Stern Thrusters
specific Requirements/tasks
unless Otherwise Stated, This Contract Applies To On-site Support For Uscgc Hickory (wlb 212) At Coast Guard Yard, Baltimore Md.
2.1 Decs 250 Commissioning
the Contractor Shall Perform Any Inspections, Evaluations, Tests, And/or Tuning, As Deemed Necessary, To Determine The Most Effective Voltage Regulator Settings For Proper Thruster Operation.
contractor Shall Utilize Their Own Laptop With Required Up-to-date Software And Communications Cable.
the Contractor Shall Install The Decs 250 Iaw Oem And Uscg Requirements.
the Contractor Shall Make Parameter Changes Within Decs-250 Automatic Voltage Regulator To Allow Thruster System To Operate To 100% Drive Speed Reliably.
the Contractor Shall Verify And Document Proper Settings In The Decs-250 Voltage Regulator.
the Contractor Shall Fully Commission The Decs-250, To Include; Fine Tuning Of All System Parameters Both Dockside And Underway.
conduct Full Thruster Test Iaw Compliant Documents.
the Contractor Shall Ensure That He Decs-250 Meets The Requirements Set Forth In Tcto 225-wlb-th2030.0
contractor Shall Provide Hard And Digital Copy Of Finalized Voltage Regulator Setpoints.
contractor Shall Troubleshoot And Repair Thruster Breaker Tripping Open
contractor Shall Troubleshoot And Repair Thruster Power Fluctuations.
2.2 Test Thoroughly And Document
the Contractor Shall Ensure The System Is Fully Functional By Preforming A System Operational Test To Be Witnessed By Engineer Officer (eo) Or The Eo’s Designated Representative.
2.2.1 The Contractor Shall Provide A Trip Report Documenting All Findings No Later Than 48 Hours After Returning To The Home Office.
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 Not Exceed 14 Calendar Days From The Date Of Award.
4.2 Place Of Performance
the Primary Place Of Performance Will Be At Cgc Hickory At Coast Guard Yard, Baltimore Md 21226, 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 Officer (eo) As Scheduling Is Subject To Ship’s Operations.
4.4 Daily Progress Reports
the Contractor Shall Hold A Daily Progress Meeting With The Engineer Officer And/or Commanding Officer Upon Arrival At The Asset Each Morning Of The Visit. This Report Shall Include A Summary Of All Contractor Work Performed, An Assessment Of Technical Progress, Schedule Status, And Discuss Any Hazardous Work Conditions Or Necessary Precautions The Crew Need To Be Made Aware Of Prior To Commencing Work.
4.5 General Report Requirements
the Contractor Shall Provide All Written Reports In Electronic Format With Read/write Capability Using Applications That Are Compatible With Dhs Workstations (windows And Microsoft Office Applications).
5.0 Government Furnished Resources
na
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 Eo 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 Eo 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 Iaw 2.2 Of This Sow.
pop Of 03feb-07 Feb
Closing Date31 Jan 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Chemical Products
United States
Fabrication Of Ionomer Foam Buoys
Closing Date31 Jan 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Others
United States
Engine Shipment & Storage Containers
Closing Date31 Jan 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Others
Corrigendum : Closing Date Modified
United States
Amendment 2 Is To Extend The Closing Date Of This Solicitation To 01/31/2025 At 12:00pm Est.
amendment 1 Is To Extend The Closing Date Of This Solicitation To 01/17/2025 At 12:00pm Est.
this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far 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. Solicitation Number 70z03825qb0000003 Is Issued As A Request For Quote (rfq) Using The Procedures Of Far 12 In Conjunction With Far 13.5. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-01 Effective November 12, 2024.
the Applicable North American Industry Classification Standard Code Is 488190. The Small Business Size Standard Is $40m. This Is An Unrestricted Requirement. All Responsible Sources May Submit A Proposal Which Shall Be Considered By The Agency.
the United States Coast Guard (uscg), Aviation Logistics Center (alc), Elizabeth City, Nc Intends To Award An Indefinite Delivery Requirements Type Contract On A Full And Open Competitive Basis As A Result Of This Synopsis/solicitation. The Anticipated Period Of Performance Will Be Five (5) Years Total Consisting Of A One (1) Year Base Period, And If Exercised, Four (4) One-year Option Periods, This Contract Shall Not Exceed Five (5) Years.
see The Following Attachments Titled:
attachment 1: “schedule - 70z03825qb0000003”
attachment 2: “statement Of Work – 70z03825qb0000003”
attachment 3: "terms And Conditions – 70z03825qb0000003”
attachment 4: “wage Determination (ny) 2015-4157 Rev 25”
attachment 5: “wage Determination (ok) 2015-5317 Rev 24”
closing Date And Time For Receipt Of Offers Is January 31, 2025, At 12:00 Pm Est. Any Proposal Received After The Closing Date And Time Specified Are Considered Late. E-mailed Proposals Are Required And Shall Be Sent To Alyson.s.harrison2@uscg.mil. Please Indicate 70z03825qb0000003 In Subject Line.
Closing Date31 Jan 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Civil And Construction...+1Civil Works Others
United States
Freeport Floating Pier Pile Extension
Closing Date3 Feb 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Machinery and Tools
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 70z03825qj0000171 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 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 Synopsis/solicitation For The Following Part:
item Name: Bracket
national Stock Number: 1560-01-441-9854
part Number: 70500-22106-138
quantity: 5 Ea
manufacturer: Cage Code 78286 Or Cage Code 1sy53
requested Delivery Date: 03/19/2025
at The Time Of Award, The Uscg Intends To Place An Order For The Purchase Of Five (5) Item(s). Iaw Federal Acquisition Regulation (far) 52.217-6 The Uscg May Require Twenty (20) Additional Items For A Maximum Quantity Of Twenty-five (25) At The Same Price And Lead Time As The Original Order, For Up To Three Hundred And Sixty-five (365) Days After The Initial Award Date.
***please Note That If The Uscg Chooses To Exercise Any Optional Quantity Modifications, Such Modifications Will Be Issued Unilaterally To The Contractor.
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.
all Parts Shall Be New Approved Parts.
note: No Drawings, Specifications Or Schematics Are Available From This Agency.
see Attachment 1 - “terms And Conditions – 70z03825qj0000171” For Applicable Clauses, Instructions And Evaluation Criteria.
closing Date And Time For Receipt Of Offers Is 2/3/2025 At 2:00 Pm Eastern Time.anticipated Award Date Is On Or About 2/5/2025. E-mail Quotations Are Preferred And May Be Sent To Paige.e.kressley@uscg.mil And Mrr-procurement@uscg.mil. Please Indicate 70z03825qj0000171 In The Subject Line.
Closing Date3 Feb 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Others
United States
This Sources Sought Notice Is For Market Research Purposes Only And Does Not Constitute A Request For Proposal Or Quotation. 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.
Closing Date3 Feb 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Machinery and Tools
United States
Cgc Hamilton Strainer And Parts
Closing Date3 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: 6605-01-f25-7052
gyrocompass System
each Item Shall Be Individually Preserved And Packaged As Appropriate In Accordance With Mil-std-2073-1e Method 10 In An Appropriately Sized Astm-d6251 Type Iii, Class 1 Wood-cleated Panel-board Shipping Box, Astm-d6880 Class 2 Heavy Duty Screwed Wooden Box Or Astm-d5118 Heavy Duty Double-wall Fiberboard Box As Appropriate Cushioned Or Secured To Prevent Damage From Movement Or External Impacts. Any
crates Or Boxes Weighing Over 50 Lbs Shall Be Skid Mounted Or Secured To An Appropriately Sized Pallet To Facilitate Forklift Use. Contact Chand Corporation If Vendors Are Not Able To Meet Pp&m And Bar-coding Requirements
mfg: Northrop Grumman Sperry Marine Gmbh
pn: Navigat/2500/0/s/1
qty: 2 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 334511 And The Business Size Standard Is 1350. 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 Northrop Grumman Systems Corporation 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 3, 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 Date3 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)
910 01-583-0301
odms Filter Element, Fluid
mfg Name: Rolls-royce Solutions Gmbh
part_nbr: 04010
qty: 800 /ea
10 Micron Rating. For Use On The Mtu Main Propulsion Diesel Engine *** Mtu P/n 8690920049 Is A Acceptable P/n, Cr Will Be Coimpleted Adding As A Secondary P/n. *** Each Item Shall Be Individually Packaged In Accordance With Mil-std-2073-1e Method 10, Cushioned As Appropriate To Prevent Movement And Damage From External Impact. Each Item Shall Then Be Packed In An Appropriately Sized Astm-d5118 Fiberboard Box. Each Package Shall Be Marked Iaw Mil-std-129r Except Bar Coded Iaw Iso/iec-16388- 2007, Code 39 Symbology. If Vendors Cannot Individually Package, Pack, Mark And Bar-code Filters As Required Vendors May Use A Third Party To Package Items As Required If Necessary. Provide Additional Cost With Quotation. Filters That Are Not Individually Packaged Will Not Be Recieved By The Warehouse And Will Not Be Acceptable. All Items Are Inspected When Delivered To The Coast Guard Warehouse. Failure To Meet The Requirements For Packaging, Packing, Marking (pp&m) And Bar-coding Will Result In The Item(s) Being Rejected And Possibly Returned To The Vendor. This Will Delay Payment. Any Questions Concerning The Pp&m Requirements Or Bar-coding Should Be Addressed With The Contracting Officer Prior To Contract Award.
delivery Shall Be F.o.b. Destination To Uscg Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore Md 21226
substitute Parts Are Not Acceptable. It Is Anticipated That A Non-competitive Sole Source Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. It Is The Government’s Belief That Only Rolls-royce And/or Their Authorized Distributors Can Provide This Unit. Concerns Having The Expertise And Required Capabilities To Provide This Item Are Invited To Submit Complete Information Discussing The Same Within Two (2) Calendar Days From The Day This Notice Posted. The Data Must Include Sufficient Detail To Allow The Coast Guard To Evaluate The Proposal Relative To The Requirements. The Information Submitted Must Include A Letter From The Oem Verifying The Offeror Is An Authorized Distributor, And Verifying The Oem Will Supply Genuine Oem Parts.
this Is A Combined Synopsis/solicitation For A Commercial Item Prepared In Accordance With The Format Outlined In Far Subpart 12.6, 2025-01 11/12/2024 And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation. Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. The Naics Code For This Solicitation Is 237130 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 4, 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 Date4 Feb 2025
Tender AmountRefer Documents
51-60 of 1509 archived Tenders