SOLICITATION NOTICE
J -- Furuno Radar Pedestal - Open, Inspect, Report
- Notice Date
- 4/4/2025 10:51:33 AM
- Notice Type
- Solicitation
- NAICS
- 811210
—
- Contracting Office
- C5I DIVISION 2 KEARNEYSVILLE KEARNEYSVILLE WV 25430 USA
- ZIP Code
- 25430
- Solicitation Number
- 2125405B4200CM010
- Response Due
- 4/18/2025 7:00:00 AM
- Archive Date
- 05/03/2025
- Point of Contact
- Brianna Riffle, Phone: 7034175595, Mark Rushing, Phone: 7034175596
- E-Mail Address
-
Brianna.Riffle@uscg.mil, Mark.A.Rushing@USCG.mil
(Brianna.Riffle@uscg.mil, Mark.A.Rushing@USCG.mil)
- Description
- Request for Quote RFQ # 2125405B4200CM010 Contracting Office: USCG, CG 914-2, Kearneysville, WV Responses Due: On or before, Friday, 18 April 2025, at 10:00AM ET No Set-Aside Restriction This solicitation for a commercial service prepared IAW the format in FAR subpart 12.6, Acquisition of Commercial Service, and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. The solicitation number is 2125405B4200CM010 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. This RFQ is for the services to Open, Inspect, and Report and possible repair of QTY 13 Furuno Antenna Pedestals, National Stock Number (NSN) 5985-01-461-6332, Manufacturer Part Number: FR2120 GEAR to OEM specifications. Submit written offers only, oral offers will not be accepted. This solicitation requires registration with the System for Award Management (SAM) at the time a quote is submitted, excluding outlined in FAR 4.1102(a). Registration information can be found at http://www.sam.gov. UNIQUE ENTITY IDENTIFIER (UEI) NUMBER, FEDERAL TAX IDENTIFICATION NUMBER, AND CAGE CODE MUST BE INCLUDED. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-04. The complete text of any of the provisions and clauses may be accessed in full at http://www.acquisition.gov/browse/index/far. The procurement is a Firm Fixed Price and the is associated North American Industrial Classification System (NAICS) code is 811210�Electronic and Precision Equipment Repair and Maintenance. The size standard for this NAICS is $34M. Product Service Code is: J059- Maint/Repair/Rebuild of Equipment-Electrical and Electronic Equipment Components. The description of the requirement is required on behalf of United States Coast Guard (USCG). The objective is to provide open, inspect, and report on whether QTY 13 units of Furuno Antenna Pedestals, National Stock Number (NSN) 5985-01-461-6332, Manufacturer Part Number: FR2120 GEAR can be repaired. For equipment that is able to be repaired, the contractor must provide the COR and the Contracting office an Open and Inspect Report (OIR) � (Attachment 5) and a FIRM-FIXED price quote to repair the repairable items in Table-1 of the Statement of Work. For equipment that is Beyond Economical Repair (BER), the vendor must submit a Beyond Economical Repair (BER) form (Attachment 4) to the Contracting Officer and Contracting Officer Representative outlined in the SF1449. Then the vendor must return the units per the instruction in Military Packaging and Marking Instructions (Attachment 3). Line item 0001: QTY � 1, UNIT � JB, DESCRIPTION � Open, Inspect and Report of Furuno Antenna Pedestal, QTY: 13, National Stock Number (NSN) 5985-01-461-6332, Manufacturer Part Number: FR2120 GEAR; Report is required. See statement of work (SOW) for detailed specifications. All items returned must follow the material and packing requirements. See Section 5 of the SOW. Line item 0002: QTY � 13; UNIT � EA, DESCRIPTION - Ship and return all repaired and BER units to the Surface Forces Logistics Center (SLFC). All items returned must follow the material and packing requirements. See Section 5 of the SOW for details. Shipping must be free on board (FOB) destination CONUS (Continental U.S.). Period of Performance: The total period of performance for this requirement is Date of Award � 60 days; 30 days to Open, Inspect, and Report and 30 days to repair the units or return BER units. Please see section �10. Deliverables� of the Statement of Work (SOW) for more details. Place of Performance: The vendors facility. There is no set-aside restriction. Solicitation Response Deadline: On or before, Friday, 18 April 2025, at 10:00AM ET � Response to this solicitation are due on or before the aforementioned date and time, IN WRITING VIA EMAIL, to the Contract Specialist, Brianna Riffle, Brianna.Riffle@uscg.mil, and the Contracting Officer, Mark Rushing, Mark.A.Rushing@uscg.mil. This solicitation is inclusive of the following attachments: Attachment 1 � Statement of Work Attachment 2 � Open Market Provisions and Clauses Attachment 3 � Military Packaging and Marking Requirements Attachment 4 � Beyond Economical Repair (BER) Form_BLANK Attachment 5 � Open Inspect Report (OIR) Attachment 6 � Electronic Submission of Payment Instructions (Yard) USCG Points of Contact: Contracting Officer: Mark A. Rushing, Email: Mark.A.Rushing@uscg.mil Contract Specialist: Brianna Riffle, Brianna.Riffle@uscg.mil Instruction Section: The USCG reserves the right not to answer all submitted questions. Written responses to the questions submitted for this solicitation will be provided to all contractors, with due regard to the proper protection of proprietary information. The USCG will not provide information in response to telephone calls. Contacting other USCG personnel regarding this solicitation in an attempt to gain procurement-sensitive information may result in disqualification from the evaluation process. UNIQUE ENTITY IDENTIFIER (UEI) NUMBER, FEDERAL TAX IDENTIFICATION NUMBER, and CAGE CODE must be included in the Vendors quote. All quotes submitted shall include cost breakdown, unit price, extended price, payment terms and discount offered for prompt payment. Nonconformance with the instructions provided may result in disqualification or unfavorable evaluation. Evaluation: The resulting purchase order from this solicitation will be issued as a FIRM FIXED PRICE purchase order. The purchase order will be made to the LOWEST-PRICE technically acceptable quote. The USCG intends to award the task order based on the initial quote without engaging in exchanges. However, the USCG reserves the right to conduct exchanges with one or more of the vendors if determined by the Contracting Officer to be necessary and in the best interests of the USCG. The USCG may reject any or all quotes if such action is in the public interest and waive informalities and minor irregularities in quotes received. Vendors are strongly encouraged to submit their best quote in response to this solicitation. The Government will first review the quotes for completeness/compliance (everything required to be submitted has been submitted). If a quote is found to be incomplete/non-compliant, it may be removed from the evaluation process, and it will not be further evaluated. Then the Government will list the remaining quotes by price, lowest to highest, and will begin the technical quote evaluation with the lowest priced Offeror. Upon finding the Offeror who meets the brand name requirements (i.e. technical acceptability), the Offeror�s price will be evaluated for reasonableness. If the first quote evaluated is technically acceptable with a price that is reasonable, evaluation will stop. If the first quote evaluated is either not technically acceptable or has a price that is not reasonable evaluation will continue. Once the lowest reasonably priced, technically acceptable quote is found evaluations will stop.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/ee74b2621df649cd86e7d05910e80099/view)
- Place of Performance
- Address: Curtis Bay, MD 21226, USA
- Zip Code: 21226
- Country: USA
- Zip Code: 21226
- Record
- SN07398003-F 20250406/250404230050 (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 |