Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 26, 2025 SAM #8521
SOLICITATION NOTICE

J -- USCG Non-Destructive Testing (NDT) Training

Notice Date
3/24/2025 12:42:19 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541380 — Testing Laboratories
 
Contracting Office
SFLC PROCUREMENT BRANCH 1(00080) NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
52000QR250012055
 
Response Due
4/1/2025 6:00:00 AM
 
Archive Date
04/16/2025
 
Point of Contact
Sandy Reed-Robinson, Stacy Spalding, Phone: 7576284664
 
E-Mail Address
sandy.m.reed-robinson@uscg.mil, stacy.j.spalding@uscg.mil
(sandy.m.reed-robinson@uscg.mil, stacy.j.spalding@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation Nr 52000QR250012055 for a commercial item 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 541380. 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: Please review Statement of Work (SOW) 2. DELIVERY LOCATION: Training Center (TRACEN) Yorktown, 1 US Coast Guard Training Center, Taylor Hall, Room 219, Yorktown, VA. 23690. 3. NEED BY DATE: 05 � 09 May, 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 DUNS and Cage Code. Quotes must be received no later than 1 April 2025, 9:00 AM Eastern Standard Time. Email quotes are acceptable and should be sent Mrs. Sandy Reed-Robinson at email address � Sandy.m.reed-robinson@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, CWO-3 Stacy Spalding via email Stacy.J.Spalding@uscg.mil and telephone (757) 628-4664; and Mrs. Sandy Reed-Robinson via email: Sandy.m.reed-robinson@uscg.mil. PROVISIONS / CLAUSES: See Attached Document 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1245cb1a0fa24340a07d771bbe950767/view)
 
Place of Performance
Address: Yorktown, VA 23690, USA
Zip Code: 23690
Country: USA
 
Record
SN07382824-F 20250326/250324230041 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.