Tenders of U S Coast Guard Usa
Tenders of U S Coast Guard Usa
U S COAST GUARD USA Tender
Machinery and Tools
United States
A00005 - The Response Date For This Synopsis/solicitation Has Been Extended Until January 10, 2025 At 2:00 Pm Est.
a00004 - The Response Date For This Synopsis/solicitation Has Been Extended Until December 30, 2024 At 2:00 Pm Est.
a00003 - The Response Date For This Synopsis/solicitation Has Been Extended Until December 19, 2024 At 2:00 Pm Est.
a00002 - The Response Date For This Synopsis/solicitation Has Been Extended Until December 11, 2024 At 2:00 Pm Est.
a00001 - The Response Date For This Synopsis/solicitation Has Been Extended Until December 4, 2024 At 2:00 Pm Est.
this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6 And Part 13, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. Solicitation Number 70z03825qj0000063 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-01, Effective 12 November 2024.
the Applicable North American Industry Classification Standard Code Is 336413. The Small Business Size Standard Is 1,250. This Is An Unrestricted Requirement. All Responsible Sources May Submit A Quotation Which Shall Be Considered By The Agency.
it Is Anticipated That A Firm-fixed Price Purchase Order Will Be Awarded For Following Items On A Brand Name Basis As A Result Of This Synopsis/solicitation:
item Name: Window Track Set
part Number: 1560-01-hs3-4229
national Stock Number: Kpd6033-t
quantity: 1
manufacturer Cage Code: 50632
requested Delivery Date: 01/01/2025
only The Brand Name Items Requested In This Solicitation Will Be Considered For Award. All Items Must Have Clear Traceability To The Original Equipment Manufacturer (oem), Kamatics Corp (cage Code 50632). Traceability Means A Clear, Complete, Documented, And Auditable Paper Trail Which Traces Each Step From An Oem To Its Current Location.
the Contractor Shall Furnish A Coc In Accordance With Federal Acquisition Regulation (far) Clause 52.246-15. Coc Must Be Submitted In The Format Specified In The Clause. Offerors Must Be Able To Provide Necessary Certification Including Traceability To The Manufacturer, Manufacturer's Coc And Its Own Certificate Of Conformance. Prospective Vendors Who Are Not The Oem Must Provide Traceability For The Offered Product Back To The Manufacturer.
note: No Drawings, Specifications Or Schematics Are Available From This Agency.
see Attachment 1 - “terms And Conditions – 70z03825qj0000063” For Applicable Clauses, Instructions And Evaluation Criteria.
see Attachment 2- Redacted J&a-70z03825qj0000063
closing Date And Time For Receipt Of Offers 01/10/2025 At 2:00 Pm Eastern Time. Anticipated Award Date Is On Or About 1/12/2025. E-mail Quotations May Be Sent To Ashley.r.winslow@uscg.mil And Mrr-procurement@uscg.mil. Please Indicate 70z03825qj0000063 In The Subject Line.
Closing Date10 Jan 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Aerospace and Defence
United States
Maintenance Procedure Card (mpc) Development And Drafting Support
Closing Date9 Jan 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Security and Emergency Services
United States
Fire Alarm & Sub Systems Testing/inspection
Closing Date9 Jan 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Others
United States
A00003 - 12/20/2024 Please See The Attached Document "a00003 Questions And Answers".
a00002 - 12/12/2024 Please Submit All Quotations Via Email To Madison.l.coker@uscg.mil, Rose.a.bateman@uscg.mil, William.p.morris@uscg.mil And Jackson.s.perry@uscg.mil
a00001 - 12/10/2024 Please See The Attached Document "a00001 Questions And Answers". Also, The Naics Code Is Changed From 541430 - Graphic Design Services To 541340 - Drafting Services.
this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6 And Subpart 13.5, 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 70z03825qk0000007 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) 2025-01 Effective 12 November 2024.
the Applicable North American Industry Classification Standard Code Is 541340. The Small Business Size Standard Is $9m. This Solicitation Is 100% 8(a) Set-aside For A Small Business. All Responsible 8(a) Small Business Sources May Submit An Offer Which Shall Be Considered By The Agency. Offers From Large Businesses Or Other Socio-economic Groups, Will Not Be Considered For Award Under This 8(a) Small Business Set-aside.
it Is Anticipated That A Firm-fixed Price Contract Consisting Of One (1) One-year Base Period And Four (4) One-year Option Period Shall Be Awarded As A Result Of This Synopsis/solicitation. The Total Duration Of This Contract Shall Not Exceed Five (5) Years.
the Following Documents Are Attached:
attachment 1: Schedule Of Services
attachment 2: Performance Work Statement (pws)
attachment 3: Terms And Conditions
attachment 4: Past Performance Information Sheet
attachment 5: Cba
attachment 6: Non-disclosure Agreement (nda) Dhs Form 11000-6
closing Date And Time For Receipt Of Offers Is 10 January 2025 At 4:00pm Est. All Bidders Questions Must Be Submitted By 20 December 2024. Anticipated Award Date Is On Or About 29 April 2025. Quotations Shall Be Submitted Via E-mail And Sent To Madison.l.coker@uscg.mil And Rose.a.bateman@uscg.mil, Please Indicate 70z03825qk0000007 In Subject Line.
Closing Date10 Jan 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Machinery and Tools...+1Chemical Products
United States
This Is A Combined Synopsis/solicitation For Commercial Items/services Prepared In Accordance
with The Format In Far Subpart 12.6 As Supplemented With Additional Information Included In
this Notice. Request For Quotations Number Is 70z085q250001646 And Is Issued As A Request For
quotations (rfq). This Announcement Constitutes The Only Solicitation; Quotations Are Being
requested And A Written Solicitation Will Not Be Issued. This Request For Quotations Incorporates
provisions And Clauses In Effect Through Federal Acquisition Circular 2005-65 Dated January 29,
2013. The Naics Code Is 336611. The Small Business Size Standard Is 1250. This Is A Total Small
business Set Aside. All Responsible Sources May Submit Proposals That Will Be Considered By The
agency. The Contract Will Be Awarded On A Firm-fixed-price Basis Using Simplified Acquisition
procedures In Accordance With Far Part 13.5. All Responses From Interested Vendors Must
be Received On/before 0800am Pacific Time, January 10th 2025, And Will Be Reviewed By The
government And Awarded Based Off Lowest Price Technically Acceptable.
the United States Coast Guard Surface Force Logistics Center Has A Requirement For The
following:
the Ctr Shall Provide:
(2) Each- 4” Cla-val Model 50-20ko Pressure Relief Valve, Astm B148 Nickel Aluminum, Bronze Body, Monel Ko Trim, Bronze/monel Pilot, Spring Range 20-200 Psi, 316 Sst, Tube & Fittings, Ck2 Isolation Valve, 150# Ff- Globe Pattern Valve.
(1) Each - 4” Cla-val 50-20 Pressure Relief Valve, Astm B148 Nickel Aluminum, Bronze Body, Monel Trim, Bronze/monel Pilot, Spring Range 20-200 Psi, 316 Sst, Tube & Fittings, Ck2 Isolation Valve, 150# Ff- Globe Pattern Valve.
delivery Address:
uscgc Maple (wlb 207)
2301 E. Fort Macon Road
atlantic Beach, Nc 28512
727-420-3114
rdd 4/30/2025
questions And Quotes Shall Be Emailed To Sean.p.mctague@uscg.mil And Joseph.g.harris@uscg.mil. Contractors Are Responsible For Verifying Receipt Of Quotes.
interested Vendors Please Sign An Official Quote With A Sam.gov Registered Duns Number And Email To Sean.p.mctague@uscg.mil And Joseph.g.harris@uscg.mil.
Closing Date10 Jan 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Civil And Construction...+1Civil Works Others
United States
Drydock: Uscgc Forrest Rednour Drydock Fy2025
Closing Date10 Jan 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Aerospace and Defence
United States
This Is A Combined Synopsis/solicitation For Commercial Item Contract, 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 The Only Solicitation; Quotations Are Being Requested And A Separate Written Solicitation Will Not Be Issued.
solicitation Number 2125405b3000ac009 Applies, And Is Issued As A Request For Quotation.
this Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2023-02(feb 2023).
this Procurement Is 100% Set Aside For Small Business. The North American Industry Classification System (naics) Code Is 336611 And The Business Size Standard Is 1000 Ppl. U.s. Coast Guard Surface Forces Logistics Center Intends To Award A Firm Fixed Price Contract.
all Responsible Sources May Submit A Quotation, Which If Timely Received, Shall Be Considered By The Agency Companies Must Be Registered With System For Award Management (sam) @ Www.sam.gov And Shall Provide The Company Sam Id & Tax Information Number (tin) With Their Offer. The Closing Date And Time For Receipt Of Quote Is 4_january 22 , 2024_, At _12_ P.m. Eastern Standard Time.
Item 0001 – Nsn 2040 01-623-7164
sheath, Port Side
sheath, Port Side Wing Inflatables P/n 8600000-ps. This Is A Replaceable Sheathing Cover That Provides Protection To The Foam And Inflatable Bladder System Fromexterior Elements, Minor Contacting Of Other Vessels, And Mooring Evolutions.
mfg Name: Wing Inflatables
part_nbr: 8600000-ps
Quantity: 10 Ea Delivery Date: 02/29/2025
Unit Price:_______________ Total: _____________
Item 0002 – Nsn 2040 01-624-5321
sheath, Fender, Stbd
sheath,fender Stbd Wing Inflatables P/n 8600000-ss. This Is A Replaceable Sheathing Cover That Provides Protection To The Foam And Inflatable Bladder System From Exterior Elements, Minor Contacting Of Other Vessels, And Mooring Evolutions.
mfg Name: Wing Inflatables
part_nbr: 8600000-ss
Quantity: 10 Ea Delivery Date: 02/29/2025
Unit Price:_______________ Total: _____________
Item 0003 – Nsn 2090 01-649-2856
bladder, Individual
mfg Name: Wing Inflatables
part_nbr: 860000-bldr
Quantity: 10 Ea Delivery Date: 02/29/2025
Unit Price:_______________ Total: _____________
place Of Delivery Is: Uscg Yard, 2401 Hawkins Point Road, Bldg 88,, Baltimore, Md 21226.
**** Please Quote Prices Fob Destination. ****
the Following Far Clauses Apply To This Solicitation. Offerors May Obtain Full Text Versions Of These Clauses Electronically At Http://www.arnet.gov/far. Far 52.212-1 Instructions To Offerors-commercial Items (mar 2023). 1. Parties Responding To This Solicitation May Submit Their Offer In Accordance With Their Standard Commercial Practices (e.g. On Company Letterhead, Formal Quote Form, Etc.) But Must Include The Following Information: A) Company’s Complete Mailing And Remittance Addresses, B) Discounts For Prompt Payment If Applicable C) Cage Code, D) Sams Unique Entity Id,
e) Taxpayer Id Number.
offerors Shall Agree To The Delivery Condition By The Government.
offerors Shall Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications-commercial Items With Their Offer.
52.212-2 Evaluation-commercial Items (oct 2014). – Delivery, Pricing And Relevant Past Performance Are The Evaluation Factors. This Is A Commercial Item Acquisition. Award Will Be Made To Lowest Cost Technically Acceptable. All Evaluation Factors Will Be Considered As Delivery Is As Important As Cost. The Government Intends To Award On An All Or None Basis To A Responsible Offeror Whose Offer Conforms To The Solicitation, And Provides The Government With The Lowest Cost Technically Acceptable And Meeting Our Pdd. The Evaluation And Award Procedures In Far 13.106 Apply.
far 52.212-3 Offeror Representations And Certifications-commercial Items (oct 2018) With Alt 1 Included Are To Be Submitted With Your Offers.
far 52.212-4 Contract Terms And Conditions-commercial Items (dec 2022) Applies To This Acquisition.
far 52.212-5 Contract Terms And Conditions Required To Implement Statues Or Executive Orders, Commercial Items (mar 2023).the Following Clauses Listed In 52.212-5 Are Incorporated:
52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards (jun 2020) (pub.l. 109-282)(31 U.s.c. 6101 Note).
52.204-13, System For Award Management Registration (oct 2018)
52.219-6, Notice Of Total Small Business Aside (nov 2020) (15 U.s.c. 644).
52.219-28, Post Award Small Business Program Rerepresentation (mar 2023) (15 U.s.c. 632 (a)(2).
52.222-3 Convict Labor (june 2003) (e.o. 11755)
52.222.19 Child Labor-cooperation With Authorities And Remedies (jan 2018) (eo 11755)
52.222-26 Equal Opportunity (sep 2016)(e.o. 11246)
52.222-36, Affirmative Action For Workers With Disabilities (jul 2014) (29 U.s.c. 793).
52.222-50, Combating Trafficking In Persons (jan 2019) (22u.s.c.chapter78 And E.o. 13627)
52.223-18, Contractor Policy To Ban Text Messaging While Driving (aug 2011) (e.o. 13513).
52.225-1, Buy American-supplies (oct 2022) (41u.s.c.chapter83)
52.225-13, Restrictions On Certain Foreign Purchases (jun 2008) (e.o.’s, Proclamations, And Statutes Administered By The Office Of Foreign Assets Control Of The Department Of The Treasury).
52.232-33 Payment By Electronic Funds Transfer Central Contractor Registration (oct 2018)(31.s.c. 3332).
52.222-41, Service Contract Act Of 1965 (aug 2018) (41 U.s.c. 351, Et Seq.).
52.222-42, Statement Of Equivalent Rates For Federal Hires (may 2014)(29 U.s.c. 206 And 41 U.s.c. 351, Et Seq.).
52.233-3 Protest After Award (aug. 1996.)
52.233-4 Applicable Law For Breach Of Contract Chain (oct.2004).
defense Priorities And Allocations System (dpas): N/a
quotes Are Due By 12:00 Pm Est On 4 January 2025. Quotes May Be Emailed To Brandie.r.dunnigan@uscg.mil
poc Is Brandie Dunnigan, Procurement Agent, 410-762-6446.
Closing Date4 Jan 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: 3120-01-643-0644
bushing Sleeve
governor Booster Rack Bushing
1.250 X 1.500 Dia
utilized On 210/270 Class Cutter
mfg: Fairbanks Morse
part Number: 2361126
quantity: 06 Each
item 2)
nsn: 5360-01-643-5739
spring Helical Compression
bushing Sleeve
utilized On 210/270 Class Cutter
mfg: Fairbanks Morse
part Number: 24610944
quantity: 04 Each
item 3)
nsn: 2815-01-643-5851
piston And Ring Assembly
utilized On 210/270 Class Cutter
mfg: Fairbanks Morse
part Number: 2361863
quantity: 04 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 2025-01 (nov 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 333618 And The Business Size Standard Is 750. The Resultant Purchase Order Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far 13.106 Apply.
substitute Parts Are Not Acceptable. It Is Anticipated That A Non-competitive Sole Source Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. It Is The Government’s Belief That Only Fairbanks Morse 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 Jan 06, 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 (nov 2021); Far 52.212-3, Offeror Representations And Certifications-commercial Items (dec 2022) With Alternate I. Offeror(s) Must Include A Completed Copy Of Far 52.212-3 With Their Quote.
the Following Far Clauses Apply To This Solicitation. Offerors May Obtain Full Text Versions Of These Clauses Electronically At Www.arnet.gov.; Far 52.212-4, Contract Terms And Conditions-commercial Items (dec 2022); Far 52.212-5, Contract Terms & Conditions Required To Implement Statutes Or Executive Orders-commercial Items (dec 2022). The Following Clauses Listed Within Far
52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015), 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553), 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77, 108-78 (19 U.s.c. 3805 Note) 52.212-5 Are Applicable: Far 52.219-28, Post Award Small Business Program Representation (oct 2022)(15 U.s.c. 632(a)(2); Far 52.222-3, Convict Labor (jun 2003)(e.o. 11755); Far 52.222-19 Child Labor-cooperation With Authorities And Remedies (jan 2022) (e.o. 13126); Far 52.222-21, Prohibition Of Segregated Facilities (april 2015); Far 52.222-26, Equal Opportunity (sep 2016)(e.o. 11246); Far 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020);far 52.222-50, Combat Trafficking In Persons (october 2020)(22 U.s.c. Chapter 78 And E.o. 13627); Far 52.223-18 Contractor Policy To Ban Text Messaging While Driving (jun 2020) (e.o. 13513); Far 52.225.1 Buy American Act-supplies (oct 2022); Far 52.225-3, Buy American Act-free Trade Agreement (oct 2022)(41 U.s.c. 10a-10d); Far 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021); 52.232-33, Payment By Electronic Funds Transfer-system For Award Management (oct 2018)(31 U.s.c. 3332). The Following Items Are Incorporated As Addenda To This Solicitation: Copies Of Hsar Clauses May Be Obtained Electronically At Www.dhs.gov.
cgap 3042.302-90 Valuation Requirements For The Acquisition Of Spare Parts Purchased For Inventory Control Points From Hq Contracts (oct 2008). Copies Of Cgap Clauses May Be Obtained Electronically At: Www.uscg.mil/acquisition/procurement/pdf/cim_4200_19h.pdf
Closing Date6 Jan 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Solid Waste Management...+1Chemical Products
Corrigendum : Closing Date Modified
United States
Hazardous Waste Collection And Disposal
Closing Date14 Jan 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 Pump Unit Centrifug
nsn:)4320 01 112 0008
mfg: Pent Air Dba Fairbanks
part Number#b5452k-ccw-9.75 In
quantity: 6 Each
** Package Individually Iaw Mil-std-2073-1e
mark Iaw Mil-std-129r
delivery Shall Be F.o.b. Destination To Uscg Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore Md 21226
required Delivery Date No Later Than: 6/25/25
this Is A Combined Synopsis/solicitation For A Commercial Item Prepared In Accordance With The Format Outlined In Far Subpart 12.6, Fac 2023-01 (dec 2022) 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 333996 Solicitation Is And The Business Size Standard Is 750. The Resultant Purchase Order Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far 13
all Responsible Sources May Submit A Quotation Via Email To Nina.m.crosby@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 1-14-25 9 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 (nov 2021); Far 52.212-3, Offeror Representations And Certifications-commercial Items (feb 2021) 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 52.212-5 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 (oct2022)(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 2016) (e.o. 13126); Far 52.222-21, Prohibition Of Segregated Facilities (april 2015); Far 52.222-26, Equal Opportunity (april 2015)(e.o. 11246); Far 52.222-36, Equal Opportunity For Workers With Disabilities (july 2014); Far 52.223-18 Contractor Policy To Ban Text Messaging While Driving (aug 2011) (e.o. 13513); Far 52.225.1 Buy American Act-supplies (may 2014); 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-central Contractor Registration (july 2013)(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 Jan 2025
Tender AmountRefer Documents
71-80 of 310 archived Tenders