Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 07, 2026 SAM #8867
SOLICITATION NOTICE

J -- Kiddie System Testing and Certification

Notice Date
3/5/2026 7:21:05 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SFLC PROCUREMENT BRANCH 3(00040) BALTIMORE MD 21226 USA
 
ZIP Code
21226
 
Solicitation Number
52000PR260003443
 
Response Due
3/11/2026 5:00:00 AM
 
Archive Date
03/26/2026
 
Point of Contact
Joshua Richardson
 
E-Mail Address
joshua.c.richardson2@uscg.mil
(joshua.c.richardson2@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Combined Synopsis/Solicitation for Commercial Services Solicitation Number: 52000PR260003443 (Request For Quote - RFQ) This is a combined synopsis/solicitation for commercial services, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87, effective, 7 March 2016. It is anticipated that a competitive price purchase order shall be awarded as a result of this synopsis/solicitation. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Agency: U.S. Coast Guard, Surface Forces Logistics Center (SFLC) Contract Type: Firm Fixed Price Purchase Order Set-Aside Information: Total Small Business Evaluation Criteria: Quotes will be evaluated based on the following factors: Technical Capability: The offeror�s ability to perform the services described in the Performance Work Statement. Past Performance: The offeror�s record of relevant and recent past performance. Price: Fair and reasonable pricing. Point of Contact for Questions: For any questions regarding this solicitation, please contact: Contracting Officer: [Name] Email: Joshua.C.Richardson2@uscg.mil Phone: [Phone Number] Contracting Officer's Representative (COR): MKC Ronnyjames Chargualaf Email: Ronnyjames Chargualaf@uscg.mil Submission of Quotes: Quotes must be submitted via email to Joshua.C.Richardson2@uscg.mil. The subject line of the email should include the solicitation number: 52000PR260003443. Performance Work Statement (PWS) / Statement of Work (SOW) 1. Scope of Work: The Contractor shall provide all personnel, equipment, supplies, facilities, transportation, tools, materials, supervision, and other items and non-personal services necessary to perform FM-200 Kiddie System Testing and Certification for RBM 45753/45762 at USCG Station Apra Harbor, as defined in this Performance Work Statement. 2. General Requirements: STA APRA HARBOR RBM 45753/45762 FM-200 Kiddie System Testing and Certification. 3. Specific Tasks: The contractor shall perform service IAW with MPC N31030.D provided by unit Quality Assurance Evaluator. The contractor shall inspect and test the following: Entire system Time Delay device Engine shutdown interlock Damper shutdown interlock 4. Deliverables: Upon completion of service, the contractor shall secure the system, record, and provide certification paperwork to the Coast Guard. 5. Place of Performance: Services shall be performed at: USCG Station Apra Harbor Naval Base Guam Sumay Cove Santa Rita, GU 96915 6. Period of Performance: Upon acceptance, the contractor shall commence work as soon as availability allows and work diligently to complete the entire work ready for use by twenty working days from scheduled haul out after contract award. Work shall be performed Monday through Friday between the hours of 7:00 AM to 1:00 PM, unless otherwise coordinated with the Point of Contact. 7. Site Visit: To be determined upon contract being awarded. 8. Conditions Affecting the Work: Additional damage could be caused while performing work. Findings will be reported immediately before work continues via Condition Found Report (CFR) along with a commercial quote of necessary work to be completed outside the original scope of work. 9. Post-Award Requirements: The contractor must immediately notify the Contracting Officer�s QA Evaluator (QAE) representative of his intended start date. The work shall be done in accordance with the specification. 10. Workmanship: All work shall be accomplished with the best standard practices, and by workmen thoroughly experienced in the required trades. The work shall be supervised by experienced personnel and shall be satisfactory to the Contracting Officer. 11. Permits: The contractor shall without additional expense to the government, obtain all appointments, licenses, and permits required for the prosecution of the work. The contractor shall comply with all applicable federal, state and local laws. 12. Clean Up: All HAZWASTE, trash and debris shall be removed from the site and or recycled as applicable. The job site shall be left in a clean and neat manner. 13. Completion and Acceptance: Upon completion of work, contact the Contracting Officer�s QAE Representative to arrange for inspection/acceptance of work. 14. Oral Modification: No oral statement of any person other than the contracting officer shall in any manner or degree, modifies or otherwise affect the terms of this contract. Invoicing Invoicing in IPP: It is now a requirement that all invoicing for Purchase Orders will now be entered and processed through https://www.ipp.gov. FAR Clauses This order is subject to but is not limited to the following Federal Acquisition Regulations: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-26 Covered Telecommunications Equipment or Services-Representation. 52.212-1 Instructions to Offerors�Commercial Products and Commercial Services. 52.212-3 Offeror Representations and Certifications�Commercial Products and Commercial Services. 52.212-4 Contract Terms and Conditions�Commercial Products and Commercial Services. 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services. 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities. 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. Service-Specific Clauses (Added for Services): 52.222-41 Service Contract Labor Standards (formerly Service Contract Act). (Required for service contracts over $2,500). 52.222-42 Statement of Equivalent Rates for Federal Hires. 52.222-43 Fair Labor Standards Act and Service Contract Labor Standards�Price Adjustment (Multiple Year and Option Contracts). 52.237-2 Protection of Government Buildings, Equipment, and Vegetation.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/c1584f0def2d46fcb5f9eba07eda7d1f/view)
 
Place of Performance
Address: Santa Rita, GU 96915, USA
Zip Code: 96915
Country: USA
 
Record
SN07735594-F 20260307/260305230045 (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!  © 1994-2026, Loren Data Corp.