Tenders of U S Coast Guard Usa

U S COAST GUARD USA Tender

Others
Corrigendum : Closing Date Modified
United States
A00007 - The Response Date For This Combined Synopsis/solicitation Has Been Extended Until March 12, 2025 At 2:00 Pm Edt. a00006 -attachment 3 - Terms And Conditions Have Been Revised To Incorporate The Far Clause 52.223-23 And The Following Changes: system Updates May Lag Policy Updates. The System For Award Management (sam) May Continue To Require Entities To Complete Representations Based On Provisions That Are Not Included In Agency Solicitations, Including 52.223-22, Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals—representation, And Paragraph (t) Of 52.212-3, Offeror Representations And Certifications—commercial Products And Commercial Services. Components Shall Not Consider Or Use These Representations. contracting Officers Will Not Consider The Following Representations When Making Award Decisions Or Enforce Requirements: • Paragraph (d) And (t) Of 52.212-3, Offeror Representations And Certifications—commercial Products And Commercial Services; • Paragraphs (b)(33), (b)(34), (e)(1)(ix), And (e)(1)(x) Of 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services. Additionally, Per This Deviation, In Paragraph (b)(46), E.o. 14057 Does Not Apply; • Paragraphs (e)(1)(ii)(i) And (e)(1)(ii)(j) Of Alternate Ii Of 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services; And • Paragraphs (a)(1)(vii) And (a)(1)(viii) Of 52.213-4, Terms And Conditions—simplified Acquisitions (other Than Commercial Products And Commercial Services). Additionally, Per This Deviation, In Paragraph (b)(1)(xvii), E.o. 14057 Does Not Apply. entities Are Not Required To, Nor Are They Able To, Update Their Entity Registration To Remove These Representations In Sam. a00005 - The Response Date For This Combined Synopsis/solicitation Has Been Extended Until March 4, 2025 At 2:00 Pm Est. a00004 - Attachment 3 - Terms And Conditions Have Been Revised To Remove Far Clause 52.222-21 And Far Clause 52.222-26 Per E.o. 14173. All Other Items Regarding This Solicitation Remain Unchanged. a00003 - The Response Date For This Combined Synopsis/solicitation Has Been Extended Until February 24, 2025 At 2:00 Pm Est. a00002 - The Response Date For This Combined Synopsis/solicitation Has Been Extended Until February 13, 2025 At 2:00 Pm Est. a00001 - The Response Date For This Solicitation Has Been Extended Until January 29, 2025 At 2:00 Pm Est. this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (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 70z03825qj0000110 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-02 Effective 3 January 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 For The Overhaul Of Servovalve, Hydraulic On A Sole Source Basis As A Result Of This Synopsis/solicitation. Pricing Should Be Provided On Attachment 1 – Schedule-70z03825qj0000110. the Original Equipment Manufacturer (oem) Of This Item Is Parker Hannifin (cage Code 93835). All Overhauls Shall Be Performed By The Oem. Concerns That Are Oem Authorized And Have The Expertise And Required Capabilities To Overhaul This Item Are Invited To Submit Offers In Accordance With The Requirements Stipulated In This Solicitation. the Contractor Shall Furnish A Coc In Accordance With Federal Acquisition Regulation (far) Clause 52.246-15 With Every Overhauled Component. Coc Must Be Submitted In The Format Specified In The Clause. note: No Drawings, Specifications Or Schematics Are Available From This Agency. see : attachment 1-“schedule-70z03825qj0000110” attachment 2–“statement Of Work-70z03825qj0000110” attachment 3 -“terms And Conditions – 70z03825qj0000110” For Applicable Clauses, Instructions And Evaluation Criteria attachment 4 – “redacted Justification For Other Than Full And Open Competition – 70z03825qj0000110” closing Date And Time For Receipt Of Offers Is 3/12/2025 At 2:00 Pm Eastern Standard Time. Anticipated Award Date Is On Or About 3/17/2025. E-mail Quotations May Be Sent To Julie.g.lininger@uscg.mil And Mrr-procurement@uscg.mil. Please Indicate 70z03825qj0000110 In The Subject Line.
Closing Date12 Mar 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
Notice Of Intent To Award To Sole Source this Special Notice Constitutes The Only Solicitation. A Written Solicitation Will Not Be Issued. Solicitation Number 70z03825qw0000043 Is Issued As A Special Notice Of Intent To Award To The Original Equipment Manufacturer (oem), Leonardo Spa.(cage Code A0170), Via Magnaghi Aeronautica Spa (cage Code A0809) Italy, For The Repair Of Cylinder Assy, Hydra To Support The C-27j Aircraft. Vendors May Quote On The Following: nsn Nomenclature Part Number Qty 1620-15-199-1866 Cylinder Assy, Hydra 100-a1003-01 1 incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-3 Effective January 17, 2025 The Applicable North American Industry Classification Standard (naics) Code Is 336413. The Small Business Size Standard Is 1,250 Employees. the Following Attachments Apply To This Solicitation: attachment A – Terms And Conditions attachment B – Redacted Justification For Other Than Full And Open Competition attachment C – Statement Of Work (sow) it Is Anticipated That A Sole Source Purchase Order Will Be Awarded As A Result Of This Notice Pending The Availability Of Funds. It Is The Government’s Belief That Leonardo Spa Only Has The Required Proprietary Technical And Engineering Data To Overhaul Cylinder Assy, Hydra To Support The C-27j Aircraft. Concerns Having The Expertise And Required Capabilities To Provide These Parts Are Invited To Submit Complete Information Discussing The Same Within Ten (10) Calendar Days From This Posting. Vendors Who Do Not Meet The Capability Requirement Will Not Be Considered. The Notice Of Intent Will Not Be Extended Or The Award Delayed For A Vendor To Submit Their Data For Capability Determination Or For Registration In Sam.gov. please Note: Only Quotations With Shipping Terms Of F.o.b. Destination Or F.o.b Origin Will Be Accepted, Shipping Terms Of Ex Works (exw) Will Not Be Accepted. the Closing Date For This Intent To Award Notice Is Mar 12, 2025 At 4:00 Pm Est. Point Of Contact For This Intent To Award Notice Is Debra.w.heath@uscg.mil. Please Indicate 70z03825qw0000043 In The Subject Line. Notice For Filing Agency Protests united States Coast Guard Ombudsman Program it Is The Policy Of The United States Coast Guard (uscg) To Issue Solicitations And Make Contract Awards In A Fair And Timely Manner. The Ombudsman Program For Agency Protests (opap) Was Established To Investigate Agency Protest Issues And Resolve Them Without Expensive And Time- Consuming Litigation. Opap Is An Independent Reviewing Authority That Is Empowered To Grant A Prevailing Protester Essentially The Same Relief As The Government Accountability Office (gao). interested Parties Are Encouraged To Seek Resolution Of Their Concerns Within The Uscg As An Alternative Dispute Resolution (adr) Forum Rather Than Filing A Protest With The Gao Or Some External Forum. Interested Parties May Seek Resolution Of Their Concerns Informally Or Opt To File A Formal Agency Protest With The Contracting Officer Or Ombudsman. informal Forum With The Ombudsman. Interested Parties Who Believe A Specific Uscg Procurement Is Unfair Or Otherwise Defective Should First Direct Their Concerns To The Applicable Contracting Officer. If The Contracting Officer Is Unable To Satisfy Their Concerns, Interested Parties Are Encouraged To Contact The U.s. Coast Guard Ombudsman For Agency Protests And Cc The Contracting Officer. Under This Informal Process The Agency Is Not Required To Suspend Contract Award Performance. Use Of An Informal Forum Does Not Suspend Any Time Requirement For Filing A Protest With The Agency Or Other Forum. In Order To Ensure A Timely Response, Interested Parties Should Provide The Following Information To The Ombudsman At Opap@uscg.mil And The Contracting Officer: Solicitation/contract Number, Contracting Office, Contracting Officer’s Name, Solicitation Closing Date (if Applicable), And Their Concerns. formal Agency Protest With The Ombudsman. Prior To Submitting A Formal Agency Protest, Protesters Must First Use Their Best Efforts To Resolve Their Concerns With The Contracting Officer Through Open And Frank Discussions. If The Protester’s Concerns Are Unresolved, An Independent Review Is Available By The Ombudsman. The Protester May File A Formal Agency Protest To Either The Contracting Officer Or As An Alternative To That, The Ombudsman Under The Opap Program, And Cc The Contracting Officer In All Communications. contract Award Or Performance Will Be Suspended During The Protest Period Unless Contract Award Or Performance Is Justified, In Writing, For Urgent And Compelling Reasons Or Is Determined In Writing To Be In The Best Interest Of The Government. The Agency’s Goal Is To Resolve Protests In Less Than 35 Calendar Days From The Date Of Filing. Protests Shall Include The Information Set Forth In Far 33.103(d)(2). If The Protester Fails To Submit The Required Information, Resolution Of The Protest May Be Delayed Or The Protest May Be Dismissed. To Be Timely Protests Must Be Filed Within The Period Specified In Far 33.103(e). Formal Protests Filed Under The Opap Program Should Be Emailed To Opap@uscg.mil And The Contracting Officer. election Of Forum. After An Interested Party Protests A Coast Guard Procurement To The Contracting Officer Or The Ombudsman, And While The Protest Is Pending, The Protester Agrees Not To File A Protest With The Gao Or Other External Forum. If The Protest Is Filed With An External Forum, The Agency Protest Will Be Dismissed.
Closing Date12 Mar 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Machinery and Tools
United States
Action Code: N/a date: Mar 03,2025 year: 2025 contracting Office Zip Code: 27909-5001 classification Code: 336413 product Service Code (psc) : 5325 naics Code: 336413 contracting Office Address: Uscg, Alc, Mrs, Elizabeth City, Nc subject: Purchase Of Bolts & Retainer proposed Solicitation Number: 70z03825ql0000056 closing Response Date: March 12, 2025 primary Point Of Contact: Debra.w Heath contract Award And Solicitation Number: To Be Assigned At Time Of Award / 70z03825ql0000056 contract Award Dollar Amount: Tbd contract Line Item Numbers: 02 contract Award Date: Estimate: Tbd contractor: Tbd description: Purchase Of Bolts & Retainer To Support For The Hc-144 Aircraft. place Of Contract Performance: Tbd set-aside Status: Total Small Business Set Aside. 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 70z03825ql0000056 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, 2025the 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 5352-33-001-2546 Ca18112-2ts Bolts 730 5330-00-297-4429 Ca18203 Retainer 3800 all Items Must Have Clear Traceability To The Original Equipment Manufacturer (oem), Fairchild Fasteners (cage Code D0680). 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 March 12, 2025 At 4:00 Pm Est. Point Of Contact For This Intent To Award Notice Is Debra.w.heath@uscg.mil . Please Indicate 70z03825ql0000056 In The Subject Line. notice For Filing Agency Protests united States Coast Guard Ombudsman Program it Is The Policy Of The United States Coast Guard (uscg) To Issue Solicitations And Make Contract Awards In A Fair And Timely Manner. The Ombudsman Program For Agency Protests (opap) Was Established To Investigate Agency Protest Issues And Resolve Them Without Expensive And Time- Consuming Litigation. Opap Is An Independent Reviewing Authority That Is Empowered To Grant A Prevailing Protester Essentially The Same Relief As The Government Accountability Office (gao). interested Parties Are Encouraged To Seek Resolution Of Their Concerns Within The Uscg As An Alternative Dispute Resolution (adr) Forum Rather Than Filing A Protest With The Gao Or Some External Forum. Interested Parties May Seek Resolution Of Their Concerns Informally Or Opt To File A Formal Agency Protest With The Contracting Officer Or Ombudsman. informal Forum With The Ombudsman. Interested Parties Who Believe A Specific Uscg Procurement Is Unfair Or Otherwise Defective Should First Direct Their Concerns To The Applicable Contracting Officer. If The Contracting Officer Is Unable To Satisfy Their Concerns, Interested Parties Are Encouraged To Contact The U.s. Coast Guard Ombudsman For Agency Protests And Cc The Contracting Officer. Under This Informal Process The Agency Is Not Required To Suspend Contract Award Performance. Use Of An Informal Forum Does Not Suspend Any Time Requirement For Filing A Protest With The Agency Or Other Forum. In Order To Ensure A Timely Response, Interested Parties Should Provide The Following Information To The Ombudsman At Opap@uscg.mil And The Contracting Officer: Solicitation/contract Number, Contracting Office, Contracting Officer’s Name, Solicitation Closing Date (if Applicable), And Their Concerns. formal Agency Protest With The Ombudsman. Prior To Submitting A Formal Agency Protest, Protesters Must First Use Their Best Efforts To Resolve Their Concerns With The Contracting Officer Through Open And Frank Discussions. If The Protester’s Concerns Are Unresolved, An Independent Review Is Available By The Ombudsman. The Protester May File A Formal Agency Protest To Either The Contracting Officer Or As An Alternative To That, The Ombudsman Under The Opap Program, And Cc The Contracting Officer In All Communications. contract Award Or Performance Will Be Suspended During The Protest Period Unless Contract Award Or Performance Is Justified, In Writing, For Urgent And Compelling Reasons Or Is Determined In Writing To Be In The Best Interest Of The Government. The Agency’s Goal Is To Resolve Protests In Less Than 35 Calendar Days From The Date Of Filing. Protests Shall Include The Information Set Forth In Far 33.103(d)(2). If The Protester Fails To Submit The Required Information, Resolution Of The Protest May Be Delayed Or The Protest May Be Dismissed. To Be Timely Protests Must Be Filed Within The Period Specified In Far 33.103(e). Formal Protests Filed Under The Opap Program Should Be Emailed To Opap@uscg.mil And The Contracting Officer. election Of Forum. After An Interested Party Protests A Coast Guard Procurement To The Contracting Officer Or The Ombudsman, And While The Protest Is Pending, The Protester Agrees Not To File A Protest With The Gao Or Other External Forum. If The Protest Is Filed With An External Forum, The Agency Protest Will Be Dismissed.
Closing Date12 Mar 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 70z03825qw0000042 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 Parts: nsn Part Number Nomenclature Qty 1660-01-629-6308 174097-56 Mask, Oxygen 50 at The Time Of Award, The Uscg Intends To Place An Order For The Purchase Of Fifty (50) Item(s). Iaw Federal Acquisition Regulation (far) 52.217-6 The Uscg May Require Thirty (30) Additional Items For A Maximum Quantity Of Eighty (80) Items At The Same Price As The Original Order, For Up To Three Hundred & 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. all Items Must Have Clear Traceability To The Original Equipment Manufacturer (oem), Puritan-bennett Corp Cage Code 49315 . 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 March 12, 2025 At 4:00 Pm Est. Point Of Contact For This Intent To Award Notice Is Debra.w.heath@uscg.mil . Please Indicate 70z03825qw0000041 In The Subject Line. Notice For Filing Agency Protests united States Coast Guard Ombudsman Program it Is The Policy Of The United States Coast Guard (uscg) To Issue Solicitations And Make Contract Awards In A Fair And Timely Manner. The Ombudsman Program For Agency Protests (opap) Was Established To Investigate Agency Protest Issues And Resolve Them Without Expensive And Time- Consuming Litigation. Opap Is An Independent Reviewing Authority That Is Empowered To Grant A Prevailing Protester Essentially The Same Relief As The Government Accountability Office (gao). interested Parties Are Encouraged To Seek Resolution Of Their Concerns Within The Uscg As An Alternative Dispute Resolution (adr) Forum Rather Than Filing A Protest With The Gao Or Some External Forum. Interested Parties May Seek Resolution Of Their Concerns Informally Or Opt To File A Formal Agency Protest With The Contracting Officer Or Ombudsman. informal Forum With The Ombudsman. Interested Parties Who Believe A Specific Uscg Procurement Is Unfair Or Otherwise Defective Should First Direct Their Concerns To The Applicable Contracting Officer. If The Contracting Officer Is Unable To Satisfy Their Concerns, Interested Parties Are Encouraged To Contact The U.s. Coast Guard Ombudsman For Agency Protests And Cc The Contracting Officer. Under This Informal Process The Agency Is Not Required To Suspend Contract Award Performance. Use Of An Informal Forum Does Not Suspend Any Time Requirement For Filing A Protest With The Agency Or Other Forum. In Order To Ensure A Timely Response, Interested Parties Should Provide The Following Information To The Ombudsman At Opap@uscg.mil And The Contracting Officer: Solicitation/contract Number, Contracting Office, Contracting Officer’s Name, Solicitation Closing Date (if Applicable), And Their Concerns. formal Agency Protest With The Ombudsman. Prior To Submitting A Formal Agency Protest, Protesters Must First Use Their Best Efforts To Resolve Their Concerns With The Contracting Officer Through Open And Frank Discussions. If The Protester’s Concerns Are Unresolved, An Independent Review Is Available By The Ombudsman. The Protester May File A Formal Agency Protest To Either The Contracting Officer Or As An Alternative To That, The Ombudsman Under The Opap Program, And Cc The Contracting Officer In All Communications. contract Award Or Performance Will Be Suspended During The Protest Period Unless Contract Award Or Performance Is Justified, In Writing, For Urgent And Compelling Reasons Or Is Determined In Writing To Be In The Best Interest Of The Government. The Agency’s Goal Is To Resolve Protests In Less Than 35 Calendar Days From The Date Of Filing. Protests Shall Include The Information Set Forth In Far 33.103(d)(2). If The Protester Fails To Submit The Required Information, Resolution Of The Protest May Be Delayed Or The Protest May Be Dismissed. To Be Timely Protests Must Be Filed Within The Period Specified In Far 33.103(e). Formal Protests Filed Under The Opap Program Should Be Emailed To Opap@uscg.mil And The Contracting Officer. election Of Forum. After An Interested Party Protests A Coast Guard Procurement To The Contracting Officer Or The Ombudsman, And While The Protest Is Pending, The Protester Agrees Not To File A Protest With The Gao Or Other External Forum. If The Protest Is Filed With An External Forum, The Agency Protest Will Be Dismissed.
Closing Date12 Mar 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Civil And Construction...+1Civil Works Others
United States
This Is To Be Awarded Off Of Lowest Price Technically Acceptable And Past Preformance. statement Of Work (sow) for uscgc Wedge Renew Piping Insulation, Overhead Insulation And Conduct Overhead Repairs wedge 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 Wedge Needs Approximately 500 Linear Feet Of Pipe Insulation, 1500 Square Feet Of Overhead Insulation, And 300 Sq Ft Of Overhead Panels. scope the Scope Of This Contract Is Defined By The Efforts And Tools Required To Support Uscgc Wedge (wlr 75307). The Contractor Shall Provide All Labor, Materials, And Tools Necessary To Install Insulation And Bulkhead Panels. table 1 -pipe Insulation Renewal description (system/ Pipe Diameter/ Linear Feet) location drawing tender Chill Water/ Potable Water Piping / .5 In / 50 Ft galley/mess Deck/crew Berthing/ Crew Head/laundry/xpo State Room/ Oic State Room see Below tender Chill Water/ Potable Water Piping / .75 In / 50 Ft galley/mess Deck/crew Berthing/ Crew Head/laundry/xpo State Room/ Oic State Room see Below tender Chill Water/ Potable Water Piping / .875 In / 50 Ft galley/mess Deck/crew Berthing/ Crew Head/laundry/xpo State Room/ Oic State Room see Below tender Chill Water/ Potable Water Piping / 1 In / 100 Ft galley/mess Deck/crew Berthing/ Crew Head/laundry/xpo State Room/ Oic State Room see Below tender Chill Water/ Potable Water Piping / 1 .25 In / 125 Ft galley/mess Deck/crew Berthing/ Crew Head/laundry/xpo State Room/ Oic State Room see Below tender Waste Water Piping / 1.5 In / 50 Ft galley/mess Deck/crew Berthing/ Crew Head/laundry/xpo State Room/ Oic State Room see Below tender Waste Water Piping / 1.75 In / 25 Ft galley/mess Deck/crew Berthing/ Crew see Below tender Waste Water Piping / 2.0 In / 50 Ft galley/mess Deck/crew Berthing/ Crew Head/laundry/xpo State Room/ Oic State Room see Below table 2 – Overhead Insulation Renewal description (area/approximate Square Feet) location insulation Material overheads/1500 Sq Feet galley/mess Deck/crew Berthing/ Crew Head/laundry/xpo State Room/ Oic State Room bfg 261 (mil-c-20079) Or Equivalent table 3 – Overhead Repairs description (area/approximate Size) location drawing 300 Sq Ft Of Overhead Panels galley/mess Deck see Below objective the Goal Is To Return Cgc Wedge Habitability Areas To An Appropriately Insulated Area. 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 surface Forces Logistics Center Standard Specification 6310 (sflc Std Spec 6310), 2022, Requirements For Preservation Of Ship Structures astm International (astm) F683, 2003, Standard Practice For Selection And Application Of Thermal Insulation For Piping And Machinery navsea Drawing 804-5959214, Rev-, Piping Insulation - Installation Details coast Guard Drawing 75d-wagl-3801-1 Vent Heating & A/c coast Guard Drawing 75d-wagl-3901-1, Insulation & Sheathing Schedule (75306-75307) coast Guard Drawing 75d-wagl 3902-1 Rev 1, Joiner Dets Eng Rm (75306-75307 coast Guard Drawing 75d-wagl 3902-2 Rev 2, Joiner Dets Mn Dk & Upper Dk (75306-75307) coast Guard Drawing 75d-wagl 3902-3 Rev 2, Joiner Dets Wheelhouse (75306-75307) specific Requirements/tasks unless Otherwise Stated, This Contract Applies To On-site Support For Uscgc Wedge (wlr 75307) In Mobile, Al. 2.1 Renew Chillwater Piping Iinsulation 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). note although Most Of The Chill Water Piping Is Exposed Due To Previous Remediation Work; The Contractor Will Have To Remove Some Overhead And Bulk Head Paneling To Access Some Of The Piping. renewal. The Contractor Shall Renew All Piping System Insulation Identified In Table 1 And Using The Relevant Coast Guard Drawing(s) As Guidance. note although Pipe Lengths, Routes, And Sizes Are Detailed In The Specified Drawings, The As-built Configuration May Vary Slightly In Routes, Lengths, And Sizes. removal. The Contractor Shall Remove All Existing Insulation Material Over The Designated Pipe Surfaces, Including Associated Pipe Hangers, Valves, Fittings, And Flanges. disposal. The Contractor Shall Dispose Of All Removed Materials In Accordance With All Applicable Federal, State, And Local Regulations. note other Surfaces/fittings Affected Include: Brackets, Bulkhead Penetrations, Flat Work, And All Other Protrusions Or Fixtures That Will Condense Due To Relative Humidity From Surrounding Atmosphere. surface Preparation. The Contractor Shall Clean All Exposed Pipe And Pipe Component Surfaces With A Soft Bristle Brush And A Mild Detergent Solution To Remove All Visible Surface Contaminants. new Insulation Installation - Interior Refrigerant, Hot Water And Cold And Chill Water Piping Systems (temperature Range: -20 To +180 Deg. F). The Contractor Shall Install New Insulation Material Over The Exposed Pipe Surfaces, Including Associated Pipe Hangers, Valves, Fittings, And Flanges, In Accordance With Details In Navsea Drawing 804-5959214; Select Appropriate Insulation Materials And Thicknesses For The Application And Temperature Ranges Specified In Astm F683, Tables S1.1 And 5. preservation. The Contractor Shall Paint The Newly Installed Insulation System, In Accordance With Sflc Std Spec 6310, Using The System Specified For “insulation Surfaces, Fiberglass Sheet/closed Cell Pvc Foam” In Appendix B (cutter And Boat Interior Paint Systems). 2.2 Renew Overhead Insulation the Contractor Shall Ensure All Pipe Insulation Has Been Renewed By Preforming A Walkthrough Of All Spaces Identified In Section 2.1 With The Engineer Petty Officer (epo) Or The Epo’s Designated Representative. renew Insulation. The Contractor Shall Renew/install Overhead Insulation As Identified In Table 2 And Using The Relevant Coast Guard Drawing(s) As Guidance. overhead Repairs The Contractor Shall Remove All Overhead Panels In All Spaces Identified (exception Being Galley). the Contractor Shall Identify All Overhead Mounted Components To Include But Not Limited To Overhead Cables, Light Fixtures, Detectors, Etc. And Install Brackets Or New Mounts To Accommodate New Overhead Insulation. the Contractor Shall Identify Paint Any Remaining Exposed Surfaces As Necessary. renew Galley Overhead Panels. The Contractor Shall Replace Overhead Panels That Were Previously Removed As Identified By Ships Force And Table 3. 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 April 1, 2025 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 Wedge At 1500 15th St., Mobile, Al 36615 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 bulkhead And Overhead Panels Previously Removed During Remediation Efforts. 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: 04/01/2025- 04/14/2025 delivery Address And Attn To: mkc Zachary Mason cgc Wedge (wlr-75307) 1500 15th St., mobile, Al 36615 251-214-5671
Closing Date13 Mar 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: 4720-00-837-7178 hose Assembly cross Sectional Shape Style: Round inside Diameter: 2.500 Inches Nominal temp Rating: -32 Deg Celsius And 52.0 Deg Celsius Single Response outside Diameter: 3.188 Inches Nominal end Connection Design: Straight Fixed Rigid Male End. end Connection Design: Female Swivel With Gasket Female End. connection Type: 2.500 Inch Male Npt 1st End. connection Type: 2.500 Inch Female Npt 2nd End. features Provided: Electrostatic Discharge Capability burst Test Pressure: 500.0 Pounds Per Square Inch layer Composition And Location: 1st Layer Molded Rubber, Chloroprene And 2nd Layer rubber Impregnated Cotton Fabric And Outer Layer Molded Rubber, Chloroprene. nominal Thread Size: 2.500 Inches 1st & 2nd Ends. hydrostatic Test Pressure: 150.0 Pounds Per Square Inch outer Covering Environmental Protection: Ozone Resistant And Fuel Resistant. inside Surface Condition: Smooth measuring Method And Length: 600.000 Inches Nominal Excluding End Fittings note: Do Not Procure From Dla. Dla Hoses Do Not Have The Correct Hose Fittings. each Hose Assembly Shall Be Individually Packaged And Marked mfg: Echelon Supply And Service part Number: M370b071d0500b quantity: 30 Each individually Packaged In Accordance With Mil-std-2073-1e Method 10, Cushioned Or Secured As Appropriate To Prevent Damage From Movement Or External Impact. Items Shall Then Be Packed In An Appropriately Sized Astm-d6251 Type Iii, Class 1 Woodcleated Panelboard Shipping Box Or Astm-d6880 Class 2 Heavy Duty Screwed Wooden Box. each Package Shall Be Marked Iaw Mil-std-129r Except Bar Coded Iaw Iso/iec-16388-2007, Code 39 Symbology. all Items Are Inspected When Delivered To The Coast Guard Warehouse. Failure To Meet The Requirements For Packaging, Packing, Marking (pp&m) And Bar-coding Will Result In The Item(s) Being Rejected And Possibly Returned To The Vendor. This Will Delay Payment. Any Questions Concerning The Pp&m Requirements Or Bar-coding Should Be Addressed With The Contracting Officer Prior To Contract Award. delivery Shall Be F.o.b. Destination To Uscg Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore Md 21226, Mark For: Receiving Room Bldg. 88a this Is A Combined Synopsis/solicitation For A Commercial Item Prepared In Accordance With The Format Outlined In Far Subpart 12.6, Fac 2025-03 (jan 2025) And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation. Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. The Naics Code For This Solicitation Is 326220 And The Business Size Standard Is 750. The Resultant Purchase Order Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far 13.106 Apply. the U.s. Coast Guard Intends To Award On An All Or None Basis To A Responsible Offeror Whose Offer Conforming To The Solicitation Will Be The Most Advantageous To The Government. Award Will Be Lowest Price Technically Acceptable. The Coast Guard Intends To Award On A Firm Fixed Price Contract. all Responsible Sources May Submit A Quotation, Which If Timely Received, Shall Be Considered By The Agency. Companies Must Have Valid Duns Numbers And Be Registered With Systems For Award Management (www.sam.gov) And Shall Provide The Company Tax Information Number (tin) With Their Offer. The Closing Date And Time For Receipt Of Quote Is Mar 14, 2025 At 10:00 Am Eastern Standard Time. Email Proposed Price Quote To: Yvette.r.johnson@uscg.mil offerors Must Submit The Following Information On Their Quote: disclosure: The Offeror Under This Solicitation Represents That [check One]: __ It Is Not A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73; __ It Is A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73, But It Has Submitted A Request For Waiver Pursuant To 3009.104-74, Which Has Not Been Denied; Or __it Is A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73, But It Plans To Submit A Request For Waiver Pursuant To 3009.104-74. (g) A Copy Of The Approved Waiver, If A Waiver Has Already Been Granted, Or The Waiver Request, If A Waiver Has Been Applied For, Shall Be Attached To The Bid Or Proposal __hsar 3052.209-70 Prohibition On Contracts With Corporate Expatriates (june 2006) (end Of Provision) the Following Far Clauses Provisions Apply To This Solicitation. Far 52.212-1, Instructions To Offerors-commercial Items (nov 2021); Far 52.212-3, Offeror Representations And Certifications-commercial Items (dec 2022) With Alternate I. Offeror(s) Must Include A Completed Copy Of Far 52.212-3 With Their Quote. the Following Far Clauses Apply To This Solicitation. Offerors May Obtain Full Text Versions Of These Clauses Electronically At Www.arnet.gov.; Far 52.212-4, Contract Terms And Conditions-commercial Items (dec 2022); Far 52.212-5, Contract Terms & Conditions Required To Implement Statutes Or Executive Orders-commercial Items (dec 2022). The Following Clauses Listed Within Far 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015), 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553), 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77, 108-78 (19 U.s.c. 3805 Note) 52.212-5 Are Applicable: Far 52.219-28, Post Award Small Business Program Representation (oct 2022)(15 U.s.c. 632(a)(2); Far 52.222-3, Convict Labor (jun 2003)(e.o. 11755); Far 52.222-19 Child Labor-cooperation With Authorities And Remedies (jan 2022) (e.o. 13126); Far 52.222-21, Prohibition Of Segregated Facilities (april 2015); Far 52.222-26, Equal Opportunity (sep 2016)(e.o. 11246); Far 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020);far 52.222-50, Combat Trafficking In Persons (october 2020)(22 U.s.c. Chapter 78 And E.o. 13627); Far 52.223-18 Contractor Policy To Ban Text Messaging While Driving (jun 2020) (e.o. 13513); Far 52.225.1 Buy American Act-supplies (oct 2022); Far 52.225-3, Buy American Act-free Trade Agreement (oct 2022)(41 U.s.c. 10a-10d); Far 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021); 52.232-33, Payment By Electronic Funds Transfer-system For Award Management (oct 2018)(31 U.s.c. 3332). The Following Items Are Incorporated As Addenda To This Solicitation: Copies Of Hsar Clauses May Be Obtained Electronically At Www.dhs.gov. cgap 3042.302-90 Valuation Requirements For The Acquisition Of Spare Parts Purchased For Inventory Control Points From Hq Contracts (oct 2008). Copies Of Cgap Clauses May Be Obtained Electronically At: Www.uscg.mil/acquisition/procurement/pdf/cim_4200_19h.pdf
Closing Date14 Mar 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Others...+1Electrical and Electronics
United States
Notice Of Intent To Award To Sole Source this Special Notice Constitutes The Only Solicitation. A Written Solicitation Will Not Be Issued. Solicitation Number 70z03825qw0000045 Is Issued As A Special Notice Of Intent To Award To The Original Equipment Manufacturer Danbury Mission Technoloiges Llc.(cage Code 8lac5), 100 Wooster Heights Road Danbury, Ct 06810-7589, For The Repair Of One (1) Audio Cont, Panel To Support The C-27j Aircraft. Vendors May Quote On The Following: nsn Nomenclature Part Number & Serial No. Qty 6110-01-448-8497 Bus Interface Unit An81721-001-01 S/n 0968 1 at The Time Of Award, The Uscg Intends To Place An Order For The Purchase Of One (1) Bus Interface Unit For Repairs. The Government May Increase The Quantity Four (4) Audio Cont Panel Repairs Called For In The Schedule At The Unit Price Specified To A Maxium Of Up To Five (5) For The Requirement Iaw Federal Acquisition Regulation (far) 52.217-6 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. incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 Effective Jan 17, 2025. The Applicable North American Industry Classification Standard (naics) Code Is 488190. The Small Business Size Standard Is 1,250 Employees. the Following Attachments Apply To This Solicitation: attachment A – Terms And Conditions attachment B – Redacted Justification For Other Than Full And Open Competition attachment C – Statement Of Work it Is Anticipated That A Sole Source Purchase Order Will Be Awarded As A Result Of This Notice Pending The Availability Of Funds. It Is The Government’s Belief That Danbury Mission Technoloiges Llc Only Has The Required Proprietary Technical And Engineering Data To Provide The Repair Of The Bus Interface Units. Concerns Having The Expertise And Required Capabilities To Provide These Parts Are Invited To Submit Complete Information Discussing The Same Within Ten (10) Calendar Days From This Posting. Vendors Who Do Not Meet The Capability Requirement Will Not Be Considered. The Notice Of Intent Will Not Be Extended Or The Award Delayed For A Vendor To Submit Their Data For Capability Determination Or For Registration In Sam.gov. please Note: Only Quotations With Shipping Terms Of F.o.b. Destination Or F.o.b Origin Will Be Accepted. Shipping Terms Of Ex Works (exw) Or Incoterms 2020 Will Not Be Accepted. the Closing Date For This Intent To Award Notice Is 03/13/2025 At 4:00 Pm Est. Point Of Contact For This Intent To Award Notice Is Debra.w.heath@uscg.mil. Please Indicate 70z03825ql0000030 In The Subject Line. notice For Filing Agency Protests united States Coast Guard Ombudsman Program it Is The Policy Of The United States Coast Guard (uscg) To Issue Solicitations And Make Contract Awards In A Fair And Timely Manner. The Ombudsman Program For Agency Protests (opap) Was Established To Investigate Agency Protest Issues And Resolve Them Without Expensive And Time- Consuming Litigation. Opap Is An Independent Reviewing Authority That Is Empowered To Grant A Prevailing Protester Essentially The Same Relief As The Government Accountability Office (gao). interested Parties Are Encouraged To Seek Resolution Of Their Concerns Within The Uscg As An Alternative Dispute Resolution (adr) Forum Rather Than Filing A Protest With The Gao Or Some External Forum. Interested Parties May Seek Resolution Of Their Concerns Informally Or Opt To File A Formal Agency Protest With The Contracting Officer Or Ombudsman.informal Forum With The Ombudsman. Interested Parties Who Believe A Specific Uscg Procurement Is Unfair Or Otherwise Defective Should First Direct Their Concerns To The Applicable Contracting Officer. If The Contracting Officer Is Unable To Satisfy Their Concerns, Interested Parties Are Encouraged To Contact The U.s. Coast Guard Ombudsman For Agency Protests And Cc The Contracting Officer. Under This Informal Process The Agency Is Not Required To Suspend Contract Award Performance. Use Of An Informal Forum Does Not Suspend Any Time Requirement For Filing A Protest With The Agency Or Other Forum. In Order To Ensure A Timely Response, Interested Parties Should Provide The Following Information To The Ombudsman At Opap@uscg.mil And The Contracting Officer: Solicitation/contract Number, Contracting Office, Contracting Officer’s Name, Solicitation Closing Date (if Applicable), And Their Concerns. formal Agency Protest With The Ombudsman. Prior To Submitting A Formal Agency Protest, Protesters Must First Use Their Best Efforts To Resolve Their Concerns With The Contracting Officer Through Open And Frank Discussions. If The Protester’s Concerns Are Unresolved, An Independent Review Is Available By The Ombudsman. The Protester May File A Formal Agency Protest To Either The Contracting Officer Or As An Alternative To That, The Ombudsman Under The Opap Program, And Cc The Contracting Officer In All Communications. contract Award Or Performance Will Be Suspended During The Protest Period Unless Contract Award Or Performance Is Justified, In Writing, For Urgent And Compelling Reasons Or Is Determined In Writing To Be In The Best Interest Of The Government. The Agency’s Goal Is To Resolve Protests In Less Than 35 Calendar Days From The Date Of Filing. Protests Shall Include The Information Set Forth In Far 33.103(d)(2). If The Protester Fails To Submit The Required Information, Resolution Of The Protest May Be Delayed Or The Protest May Be Dismissed. To Be Timely Protests Must Be Filed Within The Period Specified In Far 33.103(e). Formal Protests Filed Under The Opap Program Should Be Emailed To Opap@uscg.mil And The Contracting Officer. election Of Forum. After An Interested Party Protests A Coast Guard Procurement To The Contracting Officer Or The Ombudsman, And While The Protest Is Pending, The Protester Agrees Not To File A Protest With The Gao Or Other External Forum. If The Protest Is Filed With An External Forum, The Agency Protest Will Be Dismissed.
Closing Date13 Mar 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Machinery and Tools...+1Aerospace and Defence
Corrigendum : Closing Date Modified
United States
A00001 - The Response Date For This Requirement Has Been Extended Until March 13, 2025 At 2:00 Pm Edt. 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 70z03825qj0000220 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 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: Housing, Mech Drive national Stock Number: 1650-01-396-7315 part Number: 42315-30 (manufactured By Cage Code: 3hrl4 Or 82402) quantity: 4 Ea requested Delivery Date: 05/05/2025 the Naval Supply (navsup) Systems Command, Weapons Systems Support (wss) Has The Sole Authority For Approving Sources For The Procurement, Repair, And Overhaul Of This Item. Responsible Contractors Are Limited To Navsup Wss Approved Sources. A Safety Of Flight Risk Is Never Acceptable, Therefore, No Alternate Parts Or Deviations From Navsup Wss Certificate Specifications Will Be Considered For This Requirement. all Parts Shall Have Clear Traceability To The Original Equipment Manufacturer (oem), Goodrich Corporation. (cage Code 3hrl4) Or Triumph Gear Systems, Inc. (cage Code 82402). Traceability Means A Clear, Complete, Documented, And Auditable Paper Trail Which Traces Each Step From An Oem To Its Current Location. 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. 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 New Approved Parts. note: No Drawings, Specifications Or Schematics Are Available From This Agency. see Attachment 1 - “terms And Conditions – 70z03825qj0000220” For Applicable Clauses, Instructions And Evaluation Criteria. closing Date And Time For Receipt Of Offers Is 3/13/2025 At 2:00 Pm Eastern Time. Anticipated Award Date Is On Or About 3/14/2025. E-mail Quotations May Be Sent To Kristen.l.allen3@uscg.mil. Please Indicate 70z03825qj0000220 In The Subject Line.
Closing Date13 Mar 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Others
United States
The United States Coast Guard Surface Forces Logistics Center Has An Requirement And Requesting Quotations For The Following Part: item 1) nsn 5340-01-481-3786 talon Grid Stanchion Bolt And Locknut **fabricate Bolt Iaw Sow P 588-0507 & Coast Guard Drawing Number: Fl-588-3 Rev - ** Piece No 19 Stanchion Bolt, Piece No 20 Locknut, Detail 42-d. special Features: 5.420 Ins Lg; Matl To Be Astm A276-00, Type 316 Condition S Or B.; fabricate From 7/8 In. Dia (min) Round Bar. **fabricate Locknut Iaw Sow P 588-0507 & Coast Guard Drawing Number: Fl-588-3 Rev - ** Piece No 20, Locknut, Hex M14x2.0-6h 316ss Astm A 276 W/nylon Insert cg Drawing Fl-588-3 Talon Grid, Supporting Skirt And Cover Fabrication And Inst, pieces No 19 And 20, Detail 42-d. statement Of Work (sow): Stanchion Bolt And Locknut P-588-0507 mfg: Uscg pn: P-588-0507 qty: 400 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 88a this Is A Combined Synopsis/solicitation For A Commercial Item Prepared In Accordance With The Format Outlined In Far Subpart 12.6, Fac 2025-03 (jan 2025) And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation. Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. The Naics Code For This Solicitation Is 332312 And The Business Size Standard Is 500. 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 Mar 14, 2025 At 10:00 Pm Eastern Standard Time. Email Proposed Price Quote To: Yvette.r.johnson@uscg.mil offerors Must Submit The Following Information On Their Quote: disclosure: The Offeror Under This Solicitation Represents That [check One]: __ It Is Not A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73; __ It Is A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73, But It Has Submitted A Request For Waiver Pursuant To 3009.104-74, Which Has Not Been Denied; Or __it Is A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73, But It Plans To Submit A Request For Waiver Pursuant To 3009.104-74. (g) A Copy Of The Approved Waiver, If A Waiver Has Already Been Granted, Or The Waiver Request, If A Waiver Has Been Applied For, Shall Be Attached To The Bid Or Proposal __hsar 3052.209-70 Prohibition On Contracts With Corporate Expatriates (june 2006) (end Of Provision) the Following Far Clauses Provisions Apply To This Solicitation. Far 52.212-1, Instructions To Offerors-commercial Items (nov 2021); Far 52.212-3, Offeror Representations And Certifications-commercial Products And Commecail Services (dec 2022) With Alternate I. Offeror(s) Must Include A Completed Copy Of Far 52.212-3 With Their Quote. the Following Far Clauses Apply To This Solicitation. Offerors May Obtain Full Text Versions Of These Clauses Electronically At Www.aquisition.gov ; Far 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services (dec 2022); Far 52.212-5, Contract Terms & Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (dec 2022). The Following Clauses Listed Within Far 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015), 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553), 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77, 108-78 (19 U.s.c. 3805 Note) 52.212-5 Are Applicable: Far 52.219-6, Notice Of Total Small Business Set-aside (nov 2020)(15 U.s.c.644), Far 52.219-28, Post Award Small Business Program Representation (oct 2022)(15 U.s.c. 637(m); Far 52.222-3, Convict Labor (jun 2003)(e.o. 11755); Far 52.222-19 Child Labor-cooperation With Authorities And Remedies (oct 2022) (e.o. 13126); Far 52.222-21, Prohibition Of Segregated Facilities (april 2015); Far 52.222-26, Equal Opportunity (sep 2016)(e.o. 11246); Far 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020); Far 52.222-50, Combating Trafficking In Persons (oct 2020)(22 U.s.c.chapter 78 And E.o. 13627); Far 52.223-18 Contractor Policy To Ban Text Messaging While Driving (jun 2020) (e.o. 13513); Far 52.225.1 Buy American Act-supplies (oct 2022); Far 52.225-3, Buy American Act-free Trade Agreement (dec 2022)(41 U.s.c. 10a-10d); Far 52.225-13, Restrictions On Certain Foreign Purchases (jun 2008); 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 Mar 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Electronics Equipment...+1Electrical and Electronics
United States
The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part: item 1) nsn: 6650-01-660-2007 flat Panel Display Monitor, Part Number: K9346700 model: Tl-248 Mk2 19" Sxga, Console Mount Bezel, 115-220 Vac specifications: panel Resolution: 1280 X 1024 (sxga) weight: 10 Lbs. dimensions: 19.93 X 13.98 X 2.82 Inches brightness: Typical 250 Cd/m2 Led Backlight video Inputs & Outputs: 2 X Dvi, Hd-sdi, Rs-232 Or Rs-422, Usb, Ethernet screen Size: 19 Inch bezel Shape: Console Mount power Supply: Ac Autoswitch 115-220 Vac connections: Standard Thinlite Connectors ruggedization Level: Standard flicker Compensation: No Lfc touch Screen: None vibration: Ships Mil-std-167-1 shock: Mil-std-810f emi/emc: Mil-std-461f- Navy Applications mating Connector Power: Vopt0816: Mating Connector Power Supply Plus 3m Cable location Pin: Vopt 1592: L/r Location Pins included With Shipment: Certificate Of Conformity, Quick Setup Sheet, Fat-report mfg: Scioteq Llc part Number: K9346700 quantity: 08 Each individually Packaged In Accordance With Mil-std-2073-1e Method 10, Cushioned Or Secured As Appropriate To Prevent Damage From Movement Or External Impact. Items Shall Then Be Packed In An Appropriately Sized Astm-d6251 Type Iii, Class 1 Woodcleated Panelboard Shipping Box Or Astm-d6880 Class 2 Heavy Duty Screwed Wooden Box. each Package Shall Be Marked Iaw Mil-std-129r Except Bar Coded Iaw Iso/iec-16388-2007, Code 39 Symbology. all Items Are Inspected When Delivered To The Coast Guard Warehouse. Failure To Meet The Requirements For Packaging, Packing, Marking (pp&m) And Bar-coding Will Result In The Item(s) Being Rejected And Possibly Returned To The Vendor. This Will Delay Payment. Any Questions Concerning The Pp&m Requirements Or Bar-coding Should Be Addressed With The Contracting Officer Prior To Contract Award. delivery Shall Be F.o.b. Destination To Uscg Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore Md 21226, Mark For: Receiving Room Bldg. 88a this Is A Combined Synopsis/solicitation For A Commercial Item Prepared In Accordance With The Format Outlined In Far Subpart 12.6, Fac 2025-03 (jan 2025) And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation. Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. The Naics Code For This Solicitation Is 3 334118 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 Scioteq Llc And/or Their Authorized Distributor Can Offer These Units. Concerns Having The Expertise And Required Capabilities To Provide This Item Are Invited To Submit Complete Information Discussing The Same Within Two (2) Calendar Days From The Day This Notice Posted. The Data Must Include Sufficient Detail To Allow The Coast Guard To Evaluate The Proposal Relative To The Requirements. The Information Submitted Must Include A Letter From The Oem Verifying The Offeror Is An Authorized Distributor Verifying The Oem Will Supply Genuine Oem Parts. the U.s. Coast Guard Intends To Award On An All Or None Basis To A Responsible Offeror Whose Offer Conforming To The Solicitation Will Be The Most Advantageous To The Government. Award Will Be Lowest Price Technically Acceptable. The Coast Guard Intends To Award On A Firm Fixed Price Contract. all Responsible Sources May Submit A Quotation, Which If Timely Received, Shall Be Considered By The Agency. Companies Must Have Valid Duns Numbers And Be Registered With Systems For Award Management (www.sam.gov) And Shall Provide The Company Tax Information Number (tin) With Their Offer. The Closing Date And Time For Receipt Of Quote Is Mar 14, 2025 At 10:00 Am Eastern Standard Time. Email Proposed Price Quote To: Yvette.r.johnson@uscg.mil offerors Must Submit The Following Information On Their Quote: disclosure: The Offeror Under This Solicitation Represents That [check One]: __ It Is Not A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73; __ It Is A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73, But It Has Submitted A Request For Waiver Pursuant To 3009.104-74, Which Has Not Been Denied; Or __it Is A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73, But It Plans To Submit A Request For Waiver Pursuant To 3009.104-74. (g) A Copy Of The Approved Waiver, If A Waiver Has Already Been Granted, Or The Waiver Request, If A Waiver Has Been Applied For, Shall Be Attached To The Bid Or Proposal __hsar 3052.209-70 Prohibition On Contracts With Corporate Expatriates (june 2006) (end Of Provision) the Following Far Clauses Provisions Apply To This Solicitation. Far 52.212-1, Instructions To Offerors-commercial Items (nov 2021); Far 52.212-3, Offeror Representations And Certifications-commercial Items (dec 2022) With Alternate I. Offeror(s) Must Include A Completed Copy Of Far 52.212-3 With Their Quote. the Following Far Clauses Apply To This Solicitation. Offerors May Obtain Full Text Versions Of These Clauses Electronically At Www.arnet.gov.; Far 52.212-4, Contract Terms And Conditions-commercial Items (dec 2022); Far 52.212-5, Contract Terms & Conditions Required To Implement Statutes Or Executive Orders-commercial Items (dec 2022). The Following Clauses Listed Within Far 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015), 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553), 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77, 108-78 (19 U.s.c. 3805 Note) 52.212-5 Are Applicable: Far 52.219-28, Post Award Small Business Program Representation (oct 2022)(15 U.s.c. 632(a)(2); Far 52.222-3, Convict Labor (jun 2003)(e.o. 11755); Far 52.222-19 Child Labor-cooperation With Authorities And Remedies (jan 2022) (e.o. 13126); Far 52.222-21, Prohibition Of Segregated Facilities (april 2015); Far 52.222-26, Equal Opportunity (sep 2016)(e.o. 11246); Far 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020);far 52.222-50, Combat Trafficking In Persons (october 2020)(22 U.s.c. Chapter 78 And E.o. 13627); Far 52.223-18 Contractor Policy To Ban Text Messaging While Driving (jun 2020) (e.o. 13513); Far 52.225.1 Buy American Act-supplies (oct 2022); Far 52.225-3, Buy American Act-free Trade Agreement (oct 2022)(41 U.s.c. 10a-10d); Far 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021); 52.232-33, Payment By Electronic Funds Transfer-system For Award Management (oct 2018)(31 U.s.c. 3332). The Following Items Are Incorporated As Addenda To This Solicitation: Copies Of Hsar Clauses May Be Obtained Electronically At Www.dhs.gov. cgap 3042.302-90 Valuation Requirements For The Acquisition Of Spare Parts Purchased For Inventory Control Points From Hq Contracts (oct 2008). Copies Of Cgap Clauses May Be Obtained Electronically At: Www.uscg.mil/acquisition/procurement/pdf/cim_4200_19h.pdf
Closing Date14 Mar 2025
Tender AmountRefer Documents 
61-70 of 1511 archived Tenders