Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 24, 2025 SAM #8794
SOLICITATION NOTICE

S -- USCGC KIMBALL Fire Detection System Inspect and Test

Notice Date
12/22/2025 9:24:13 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
Contracting Office
SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
 
ZIP Code
94501
 
Solicitation Number
70Z08526Q01201
 
Response Due
1/5/2026 8:00:00 AM
 
Archive Date
01/20/2026
 
Point of Contact
JASON GARRIS, Phone: 5716081592, McTague, Sean, Phone: 15716143888
 
E-Mail Address
JASON.A.GARRIS@USCG.MIL, Sean.P.McTague@uscg.mil
(JASON.A.GARRIS@USCG.MIL, Sean.P.McTague@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
The United States Coast Guard Surface Forces Logistics Center is issuing this combined synopsis/solicitation to award a firm-fixed-price contract for the services described below. This announcement constitutes the only solicitation. This requirement consists of providing inspection and testing in support of shipboard fire fighting detection system. The contractor will perform services that include, but are not limited to, inspection, testing, and reporting. The contractor will perform all work at USCGC KIMBALL in Honolulu, HI. The period of performance runs from 9 February 2026 through 13 February 2026. This acquisition is a total small business set-aside under NAICS code 238210, with a corresponding small business size standard of $19 Million. The applicable Product Service Code (PSC) is S202. The Government will award to the responsible offeror whose offer represents the best value to the Government, considering price and non-price factors. Non-price factors include technical capability and past performance, including the offeror�s demonstrated ability to successfully perform similar requirements. The Government will evaluate past performance using information from the Contractor Performance Assessment Reporting System (CPARS), other Government records, and information provided by the offeror. The Government will not evaluate the absence of relevant past performance favorably or unfavorably. The Government will also evaluate the offeror�s proposed subcontracting approach, including the offeror�s ability to manage subcontracted effort and comply with all contract requirements. Offerors are encouraged to submit a narrative quotation describing their understanding of the requirement and their approach to performing the services described in the statement of work. The quotation should provide sufficient detail to allow the Government to evaluate technical capability, relevant experience, and any proposed use of subcontractors. Submit offers electronically via email to the points of contact identified in this notice. The Government does not prescribe a specific proposal format. Offerors must submit a quotation that clearly demonstrates the ability to meet the requirements of the statement of work. Submissions must be complete, clear, and presented in a format that allows effective evaluation by the Government. Submit offers on a firm-fixed-price basis. Prices must be all-inclusive and must cover all costs associated with contract performance, including but not limited to labor, materials, overhead, profit, duties, tariffs, fees, and any other costs. The Government may consider offers nonresponsive if they include conditional pricing, price escalation language, or statements indicating that prices are subject to adjustment based on future costs or fees. The Government intends to evaluate offers and make award without discussions; therefore, offerors should submit their best offer with initial submission. Submit all questions via email to the points of contact identified in this notice. The Government will not accept telephone inquiries.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/527fd69617414ad0abe2ecbefe2d4fcf/view)
 
Place of Performance
Address: Honolulu, HI 96819, USA
Zip Code: 96819
Country: USA
 
Record
SN07672586-F 20251224/251222230036 (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.