Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 10, 2025 SAM #8536
SOLICITATION NOTICE

J -- Control Unit, CH100 - Open, Inspect Report

Notice Date
4/8/2025 5:42:50 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
C5I DIVISION 2 KEARNEYSVILLE KEARNEYSVILLE WV 25430 USA
 
ZIP Code
25430
 
Solicitation Number
2125405B4200RR005
 
Response Due
4/21/2025 9:00:00 AM
 
Archive Date
05/06/2025
 
Point of Contact
Megan Maday, Phone: 5716101237, Delton L. Brun
 
E-Mail Address
megan.l.maday@uscg.mil, Delton.L.Brun@USCG.mil
(megan.l.maday@uscg.mil, Delton.L.Brun@USCG.mil)
 
Description
Request for Quote RFQ # 2125405B4200RR0050 Contracting Office: USCG, CG 9142-2, Kearneysville, WV Responses Due: On or before, Friday, 1 May 2025, at 12:00 PM 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 2125405B4200RR005 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 52 Control Unit, CH100 - (NSN) 5895-01-633-0610, Manufacturer Part Number: 12099-1200-01 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 2025-07. 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 52 units of Control Unit, CH100 National Stock Number (NSN) 5895-01-633-0610, Manufacturer Part Number: XMCP9R 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) and FIRM-FIXED price quote to repair the repairable items in the Statement of Work. Then the vendor must return the units per the instruction in Military Packaging and Marking Instructions attached. Line item 0001: QTY � 52; UNIT � EA, DESCRIPTION � Control Unit, CH100 - Open, Inspect and Report National Stock Number (NSN) 5985-01-461-633-0610, Manufacturer Part Number: 12099-1200-01 Model: XMCP9R Task 1: Open and inspect Control Unit to determine defects, damage(s) and determine repairs required to restore the Control Unit back to full functional and operating condition. Task 2: Provide an Open and Inspect Report within 10 days after receipt of material identifying all costs associated with the repair of the device to ready for issue condition, including labor and parts, or a flat rate repair fee inclusive of parts and labor, if applicable.See statement of work (SOW) for detailed specifications. All items returned must follow the material and packing requirements. Line item 0002: QTY � 52; UNIT � EA, DESCRIPTION - On approval of the Open and Inspect Report from the Contracting Officer�s Representative (COR), a modification will be issued for repairs in accordance with the approved inspection report. Line Item 0003: Ship and return all repaired units to the Surface Forces Logistics Center (SLFC). All items returned must follow the material and packing requirements. See Section 5 of the Shipping must be free on board (FOB) destination CONUS (Continental U.S.). There is no set-aside restriction. Solicitation Response Deadline: On or before, Friday, 1 May 2025, at 12:00 PM ET � Response to this solicitation are due on or before the aforementioned date and time, IN WRITING VIA EMAIL, to the Contract Specialist, Megan Maday, Megan.L.Maday@uscg.mil, and the Contracting Officer, Delton Brun, Delton.L.Brun@uscg.mil. This solicitation is inclusive of the following attachments: Attachment 1 � RR005 Requirements Document Attachment 2 � RR005 Repair Statement of Work Attachment 3 � MILSTD129R Attachment 4 � MIL-STD-2073-1E Attachment 5 � IPP Electronic Submission of Payment Requests Attachment 6 � Supplemental FAR Information February 2025 Attachment 7 - RR005 - Exception to Fair Opportunity Attachment 8 - Open Market Provisions and Clauses USCG Points of Contact: Contracting Officer: Delton.L.Brun, Email: Delton.L.Brun@uscg.mil Contract Specialist: Megan L. Maday, Megan.L.Maday@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/100fe19a160f44018ea8897b20519c81/view)
 
Place of Performance
Address: Curtis Bay, MD 21226, USA
Zip Code: 21226
Country: USA
 
Record
SN07400896-F 20250410/250408230049 (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.