Tenders of U S Coast Guard Usa

U S COAST GUARD USA Tender

Machinery and Tools
United States
Closing Date4 Feb 2025
Tender AmountRefer Documents 
This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6 And Part 13, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. Solicitation Number 70z03825qb0000037 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition (fac) 2025-03 Effective January 17, 2025. the Applicable North American Industry Classification Standard Code Is 488190. The Small Business Size Standard Is $40 Million. This Is An Unrestricted Solicitation. All Responsible Sources May Submit A Quotation Which Shall Be Considered By The Agency. it Is Anticipated That A Firm-fixed Price Purchase Order Shall Be Awarded On A Competitive Basis As A Result Of This Synopsis/solicitation. Concerns Having The Expertise And Required Capabilities To Provide These Repairs Are Invited To Submit Offers In Accordance With The Requirements Stipulated In This Solicitation. see Attached Documents Titled: “requirements - 70z03825qb0000037”, “statement Of Work – 70z03825qb0000037”, “terms And Conditions – 70z03825qb0000037”, “wage Determination (tx) 2015-5227 Rev 24, And “wage Determination (va) 2015-4281 Rev 32. 52.217-6 Option For Increased Quantity (mar 1989) Applies To This Acquisition And Is Tailored As Follows: the Government May Increase The Quantity Of Repairs Called For In The Schedule, By Up To A Quantity Of Qty 12, At The Unit Price Specified, Up To A Maximum Quantity Of Qty 16. The Contracting Officer May Exercise The Option By Written Notice To The Contractor Within One Calendar Year After Purchase Order Award. Delivery Of The Added Items Shall Continue At The Same Rate As The Like Items Call For Under The Purchase Order, Unless The Parties Otherwise Agree. ***please Note That If The Uscg Chooses To Exercise Any Optional Quantity Modification, Such Modifications Will Be Issued Unilaterally To The Contractor. (end Of Clause) closing Date And Time For Receipt Of Offers Is 4 February 2025 At 11:00 Am Est. Quotes And Questions Shall Be Submitted By Email To Selmary.melendezgonzalez3@uscg.mil. Please Indicate Solicitation 70z03825qb0000037 In The Subject Line. Phone Calls Will Not Be Accepted.

U S COAST GUARD USA Tender

Others
United States
Closing Date4 Feb 2025
Tender AmountRefer Documents 
Dock-side (ds): Uscgc Hollyhock Fy25 Repair

U S COAST GUARD USA Tender

Machinery and Tools
United States
Closing Date3 Feb 2025
Tender AmountRefer Documents 
The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part: item 1) nsn: 2940-01-590-7757 lube Oil Spinner Kit 270 Wmec Mde 750 Hr Pms Kit. 5331-00-451-9005 / P/n 2-512-001-867 /cage D9182 1 Seal, Cover / 2/ Suction Strainer (viton) 5331-01-352-7484 /p/n 70887/cage 8v655 2 Seal, Cover (model 3600) (viton) 5331-01-352-1080/p/n 70916/cage 8v655 2 Seal, Lcb (viton) 5331-01-352-7483/p/n70971/cage 8v655 2 Seal, Cover Nut (viton) 5331-01-563-7783/p/n72984/cage 8v655 4 Seal, Rotor Upper/ Lower (2-reqd)(viton) p/n 73358 2 Insert, Rotor apl 763e8p90a3. Ne-tims Tp 4693. Mpc M-h-10440 & M-h-11252 kits Include Each Item Individually Packaged In Clear Plastic Sealed Bags With Barcodes On Each Item, Two Bar Codes On Each Kit Box, One For Packing Slip, And One For each Of The Following Part Items: 1 Ea Suction Strainer Cover Seal (viton) 2 Ea Centrifuge Cover Nut Seals (viton) 2 Ea Centrifuge Cover Seals (viton) 2 Ea Level Control Base Seals (viton) 4 Ea Centrifuge Turbine Seals (2 Req'd Per Centrifuge) (viton) 2 Ea Rotor Inserts (1 Per Centrifuge Rotor) individually Packaged And Marded Isw D-084-0481. mfg: Compass Solutions Corporation pn: 4114mde-750mk(tii) qty: 60 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 333618 And The Business Size Standard Is 1500. 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 Compass Solutions 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

U S COAST GUARD USA Tender

Others
United States
Closing Date3 Feb 2025
Tender AmountRefer Documents 
Uscg Station Umpqua River Oregon Housing Unit 9 A&b Roof Repair And Replacement

U S COAST GUARD USA Tender

Machinery and Tools
United States
Closing Date3 Feb 2025
Tender AmountRefer Documents 
The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part: item 1) nsn: 3010-01-170-1146 insert Flex Coup1969 cx97155, 70 Durometer Natural Rubber, For Size 9 Max "c" Coupling,"o" Type C.b., 5 23/32 In. Dia. X 8 1/2 In. With 29/32 Radius All Edges. item Is Sold As A Set Of 10 Each Per Set. Ensure Item Is Purchased/packaged As Such. individually Packaged Iaw Mil-std-2073-1e, Method 10. mfg: Regal Beloit Corporation pn: Ca19699 qty: 3 Se this Is A Combined Synopsis/solicitation For A Commercial Item Prepared In Accordance With The Format Outlined In Far Subpart 12.6, Fac 2025-032 (jan 17, 2025) And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation. Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. The Naics Code For This Solicitation Is 333998 And The Business Size Standard Is 700. The Resultant Purchase Order Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far 13.106 Apply. 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 Regal Beloit 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

U S COAST GUARD USA Tender

Machinery and Tools
Corrigendum : Closing Date Modified
United States
Closing Date11 Feb 2025
Tender AmountRefer Documents 
Uscgc Waesche - Fbc Biennial Maintenance

U S COAST GUARD USA Tender

Others
United States
Closing Date11 Feb 2025
Tender AmountRefer Documents 
Drydock: Uscgc Charles Sexton Fy25 Dd

U S COAST GUARD USA Tender

Aerospace and Defence
United States
Closing Date11 Feb 2025
Tender AmountRefer Documents 
Action Code: N/a date: Feb 04, 2025 year: 2025 contracting Office Zip Code: 27909-5001 classification Code: 16 – Aircraft Components & Accessories product Service Code (psc) : 1560 naics Code: 336413 contracting Office Address: Uscg, Alc, Mrs, Elizabeth City, Nc subject: Purchase Of Latch For The Hc-144 Aircraft proposed Solicitation Number: 70z03825ql0000047 closing Response Date: Feb 11, 2025 primary Point Of Contact: Debra Heath contract Award And Solicitation Number: To Be Assigned At Time Of Award / 70z03825ql0000047 contract Award Dollar Amount: Tbd contract Line Item Numbers: 01 contract Award Date: Estimate: Tbd contractor: Tbd description: Purchase Of Latch For The Hc-144 Aircraft place Of Contract Performance: Tbd set-aside Status: Unrestricted notice Of Intent To Award To Sole Source this Special Notice Constitutes The Only Solicitation. A Written Solicitation Will Not Be Issued. Solicitation Number 70z03825ql0000047 Is Issued As A Special Notice Of Intent To Award To The Original Equipment Manufacturer (oem), Hartwell Corporation.(cage Code 83014), 900 Richfield Rd Placentia, California 92870-6732, For The Purchase Of Fourty (40) Latchs For The Hc-144 Aircraft Vendors May Quote On The Following: nsn Nomenclature Part Number Qty 40 1560-01-489-0068 Latch H2738-3 at The Time Of Award, The Uscg Intends To Place An Order For The Purchase Of Forty (40) Item(s). Iaw Federal Acquisition Regulation (far) 52.217-6 The Uscg May Require Forty (40) Additional Items For A Maximum Quantity Of Eighty (80) Items At The Same Price 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. 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 (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 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 Hartwell Corporation. Only Has The Required Proprietary Technical And Engineering Data To Provide The Purchase Of Fourty (40) Latchs 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 Feb 11, 2025 At 4:00 Pm Est. Point Of Contact For This Intent To Award Notice Is Debra.w.heath@uscg.mil. Please Indicate 70z03825ql0000047 In The Subject Line. notice For Filing Agency Protests united States Coast Guard Ombudsman Program it Is The Policy Of The United States Coast Guard (uscg) To Issue Solicitations And Make Contract Awards In A Fair And Timely Manner. The Ombudsman Program For Agency Protests (opap) Was Established To Investigate Agency Protest Issues And Resolve Them Without Expensive And Time- Consuming Litigation. Opap Is An Independent Reviewing Authority That Is Empowered To Grant A Prevailing Protester Essentially The Same Relief As The Government Accountability Office (gao). interested Parties Are Encouraged To Seek Resolution Of Their Concerns Within The Uscg As An Alternative Dispute Resolution (adr) Forum Rather Than Filing A Protest With The Gao Or Some External Forum. Interested Parties May Seek Resolution Of Their Concerns Informally Or Opt To File A Formal Agency Protest With The Contracting Officer Or Ombudsman. informal Forum With The Ombudsman. Interested Parties Who Believe A Specific Uscg Procurement Is Unfair Or Otherwise Defective Should First Direct Their Concerns To The Applicable Contracting Officer. If The Contracting Officer Is Unable To Satisfy Their Concerns, Interested Parties Are Encouraged To Contact The U.s. Coast Guard Ombudsman For Agency Protests And Cc The Contracting Officer. Under This Informal Process The Agency Is Not Required To Suspend Contract Award Performance. Use Of An Informal Forum Does Not Suspend Any Time Requirement For Filing A Protest With The Agency Or Other Forum. In Order To Ensure A Timely Response, Interested Parties Should Provide The Following Information To The Ombudsman At Opap@uscg.mil And The Contracting Officer: Solicitation/contract Number, Contracting Office, Contracting Officer’s Name, Solicitation Closing Date (if Applicable), And Their Concerns. formal Agency Protest With The Ombudsman. Prior To Submitting A Formal Agency Protest, Protesters Must First Use Their Best Efforts To Resolve Their Concerns With The Contracting Officer Through Open And Frank Discussions. If The Protester’s Concerns Are Unresolved, An Independent Review Is Available By The Ombudsman. The Protester May File A Formal Agency Protest To Either The Contracting Officer Or As An Alternative To That, The Ombudsman Under The Opap Program, And Cc The Contracting Officer In All Communications. contract Award Or Performance Will Be Suspended During The Protest Period Unless Contract Award Or Performance Is Justified, In Writing, For Urgent And Compelling Reasons Or Is Determined In Writing To Be In The Best Interest Of The Government. The Agency’s Goal Is To Resolve Protests In Less Than 35 Calendar Days From The Date Of Filing. Protests Shall Include The Information Set Forth In Far 33.103(d)(2). If The Protester Fails To Submit The Required Information, Resolution Of The Protest May Be Delayed Or The Protest May Be Dismissed. To Be Timely Protests Must Be Filed Within The Period Specified In Far 33.103(e). Formal Protests Filed Under The Opap Program Should Be Emailed To Opap@uscg.mil And The Contracting Officer. election Of Forum. After An Interested Party Protests A Coast Guard Procurement To The Contracting Officer Or The Ombudsman, And While The Protest Is Pending, The Protester Agrees Not To File A Protest With The Gao Or Other External Forum. If The Protest Is Filed With An External Forum, The Agency Protest Will Be Dismissed.

U S COAST GUARD USA Tender

Scraps
United States
Closing Date10 Feb 2025
Tender AmountRefer Documents 
The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part: item 1) 2040 01-f11-2447 rhib Notch Ultra-poly Pad Pc D mfg Name: J H Menge & Company Inc. part_nbr: 6139248 qty: 12 notch Pad, Piece "d" description: 12 Inches Wide X 96 Inches Long X 1.25 Inches Thick, With Staggered rubber Backing From 2.35 Inches To 2.75 Inches, Drilled Per Drawing. Color Is Gray. for Small Boat Retrieval Notch. each Item Shall Be Individually Packaged In Accordance With Mil-std-2073-1e Method 10, Cushioned As Appropriate To Prevent Movement Or Damage From External Impact. each Item Shall Then Be Packed In An Appropriately Sized Astm-d5118 Double-wall fiberboard Box. each Package Shall Be Marked Iaw Mil-std-129r Except Bar Coded Iaw Iso/iec-16388- 2007, Code 39 Symbology. failure To Meet Requirements For Packaging, Packing, Marking And Bar-coding Will result In The Item(s) Being Rejected At The Warehouse And Returned To The Vendor. 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 : Ultra Poly, Inc, 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 333998 And The Business Size Standard Is 500. The Resultant Purchase Order Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far 13 the U.s. Coast Guard Intends To Award On An All Or None Basis To A Responsible Offeror Whose Offer Conforming To The Solicitation Will Be The Most Advantageous To The Government. Award Will Be Lowest Price Technically Acceptable. The Coast Guard Intends To Award On A Firm Fixed Price Contract. all Responsible Sources May Submit A Quotation Via Email To Eric.i.goldstein@uscg.mil, Which If Timely Received, Shall Be Considered By The Agency. Companies Must Have Valid Duns Numbers And Be Registered With Systems For Award Management (sam) And Shall Provide The Company Tax Information Number (tin) With Their Offer. The Closing Date And Time For Receipt Of Quote Is Feb 10, 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: 52.219-6, Notice Of Total Small Business Aside (nov 2020) 52.219-13, Notice Of Set-aside Of Orders (mar 2020) 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) the Following Items Are Incorporated As Addenda To This Solicitation: Copies Of Hsar Clauses May Be Obtained Electronically At Www.dhs.gov. cgap 3042.302-90 Valuation Requirements For The Acquisition Of Spare Parts Purchased For Inventory Control Points From Hq Contracts (oct 2008). Copies Of Cgap Clauses May Be Obtained Electronically At: Www.uscg.mil/acquisition/procurement/pdf/cim_4200_19h.pdf

U S COAST GUARD USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
Closing Date10 Feb 2025
Tender AmountRefer Documents 
This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6 And Part 13 As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. Solicitation Number 70z03825qj0000138 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 03 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 Items: item Name: Valve, Solenoid national Stock Number: 4810-01-388-9969 part Number: 70307-83800-102 manufacturer Cage Code: 78286 alternate Part Number: V100000-170-1 alternate Manufacturer Cage Codes: 96487 Or 1zk21 quantity: 1 Each requested Delivery Date: 01/01/2026 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), Sikorsky Aircraft Corporation (cage Code 78286), Valcor Engineering Corp (96487), Or All Clear Aerospace & Defense Inc. (1zk21). Traceability Means A Clear, Complete, Documented, And Auditable Paper Trail Which Traces Each Step From An Oem To Its Current Location. parts Must Be Approved In Accordance With Federal Aviation Administration (faa) Guidelines To Ensure Safety Of Our Aircrew. The Government Shall Ensure All Procurements Are Awarded Without Jeopardizing Quality Or Safety Of Flight. Only The Use Of Airworthy Commercial Specifications Or Standard Military Specifications/military Standard Parts Will Be Utilized And Approved From This Solicitation. Items Will Only Be Repaired By Sources Able To Provide A Certificate Of Airworthiness, Faa 8130 (preferred) Or Equivalent European Aviation Safety Agency (easa) Certification, Or A Certificate Of Conformance And Traceability To The Oem. 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. contractors Having The Expertise And Required Capabilities To Provide These Items Are Invited To Submit Offers In Accordance With The Requirements Stipulated In This Solicitation. all Parts Shall Be New Approved Parts. note: No Drawings, Specifications Or Schematics Are Available From This Agency. see Attachment 1 - “terms And Conditions – 70z03825qj0000138” For Applicable Clauses, Instructions And Evaluation Criteria. closing Date And Time For Receipt Of Offers Is 2/10/2025 At 2:00pm Eastern Time. Anticipated Award Date Is On Or About 2/12/2025. E-mail Quotations May Be Sent To Alisha.m.colson@uscg.mil And Mrr-procurement@uscg.mil. Please Indicate 70z03825qj0000138 In The Subject Line.
941-950 of 1512 archived Tenders