*Modified to reflect updated FAR clauses and provisions
This is a combined synopsis/solicitation Nr 52000QR250011978 for a commercial items prepared in accordance with the format outlined in FAR Subpart 12.6, 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 336611. The small business size standard is 1250. This is a total small business set aside; all responsible small business sources may submit proposals that will be considered. This synopsis/ solicitation is issued pursuant to FAR 13.106-1(b), and the resultant purchase order will be awarded on a firm-fixed price basis using simplified acquisition procedures in accordance with FAR 13.
THE UNITED STATES COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUEST THE CONTRACTORS TO PROVIDE PRICING FOR THE FOLLOWING:
A. REQUIREMENT:
1. The contractor shall provide the following:
FM200/Gallery Fixed Fire Suppression Systems Inspection
as per the attached SOW.
2. DELIVERY LOCATION:
USCGC ISAAC MAYO (WPC 1112)
100 Trumbo Point Road
Key West, FL 33040-6650
3. DELIVERY DATE:
COMPLETED BY On or around 04-14-2025
B. As stated below, the provision at FAR 52.212-2, Evaluation-Commercial Items- applies with the following addenda:
Award of a contract will be based on the following criteria: The purchase order will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5.
1. Please provide any warranty information.
2. Vendors MUST be registered in www.sam.gov
The Government will award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conforming to the solicitation will be more advantageous to the Government, price and other factors considered.
Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price proposal that will be considered by the agency. Proposals must be submitted on company letterhead stationery and must include the following information ( 1) Cost Breakdown, (2) Labor Cost, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company Unique Entity Identifier (UEI) and Cage Code.
Quotes must be received no later than 01 APR 2025 at 12:00 P.M Eastern Standard Time. Email quotes are acceptable and should be sent to Mr. Cornelius Claiborne at email address – Cornelius.N.Claiborne@uscg.mil.
Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial items, with their offer or have provision FAR 52.212-3 submitted into www.sam.gov. Any questions or concerns regarding any aspect of this RFQ must be forwarded to Contracting Officer, SKC Patricia M. Fremming via email Patricia,M.Fremming@uscg.mil and telephone (757) 628-4136; and Mr. Cornelius Claiborne via email: Cornelius.n.Claiborne@uscg.mil.
PROVISIONS / CLAUSES:
The following FAR Clauses and Provisions apply to this acquisition and are incorporated by reference:
FAR 52.212-1 - Instructions to Offerors - Commercial Items (Sep 2023)
FAR 52.212-2 - Evaluation - Commercial Items (Nov 2021) Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, past performance and quality.
FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (May 2024) to include Alt I (Nov 2021). Offeror is to complete the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov .
FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Nov 2023) with the following addenda's.
FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2025)
FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://acquisition.gov/far/; A Unique Entity Identifier is the primary identifier in FAR 52.204-7 - System for Award Management (Nov 2024).
Contractors are located and identified in SAM by their UEI number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A UEI number and SAM registration can be obtained via www.sam.gov.
Please see attachment for FAR Clauses and Provisions as indicated by the Contracting Officer as applicable shall apply to this awarded contract. Incorporated by reference, entire clause(s) available at http://www.arnet.gov/far.
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. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services. Additional examples include 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Products and Commercial Services, and 52.213-4, Terms and Conditions-Simplified Acquisitions (Other Than Commercial Products and Commercial Services)
NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS:
This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a) Prospective contractors shall complete electronic annual representations and certifications SAM accessed via https://www.acquisition.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52,204-8 applies.