SWITCH LEVEL
ID: 70Z08024QAJ116Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 1(00080)NORFOLK, VA, 23510, USA

NAICS

Other Engine Equipment Manufacturing (333618)

PSC

ENGINE FUEL SYSTEM COMPONENTS, NONAIRCRAFT (2910)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of 20 units of a SWITCH LIQUID LEVEL, identified by NSN 6150 01-609-4735 and manufactured by Rolls Royce Solutions GmbH. The items must be individually preserved and packaged according to military standards, ensuring protection against environmental conditions and damage during transport, as outlined in MIL-STD-2073-1E and other relevant packaging guidelines. The delivery is required by October 30, 2024, to the USCG Surface Forces Logistics Center in Baltimore, MD, with a closing date for quotations set for September 9, 2024, at 12 PM EST. Interested vendors should contact Nina Crosby at NINA.M.CROSBY@USCG.MIL or call 410-762-6658 for further details.

    Point(s) of Contact
    Files
    Title
    Posted
    The "Packaging and Marking Guide for DoD" serves as an informational resource for military packaging standards and requirements. Compiled by the Defense Contract Management Agency, it is not officially adopted but is essential for ensuring compliance with contractual packaging specifications. The guide outlines where packaging requirements are detailed within solicitations and contracts, including sections such as Scope, Supplies, and Packaging & Marking. Key highlights cover the handling of hazardous materials per applicable modal regulations and various military and commercial packaging standards, like MIL-STD-2073-1E and ASTM D3951. It discusses military preservation and packing methods necessary to maintain item integrity against environmental conditions, emphasizing methods tailored for durability. The document includes appendices detailing military packaging development, quality assurance, and methodology for compliance with military specifications. Specific marking procedures and codes for packaging, along with inspection requirements, are also outlined to ensure safe transport and compliance with federal regulations. Collectively, this guide aids contractors in fulfilling obligations under government RFPs and grants, ensuring that military equipment meets high standards for packaging and preservation.
    Lifecycle
    Title
    Type
    SWITCH LEVEL
    Currently viewing
    Combined Synopsis/Solicitation
    Similar Opportunities
    SWITCH RADIO FREQUENCY TRANS
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of four units of the SWITCH RADIO FREQUENCY TRANS, identified by NSN 5930 01-674-6657 and manufactured by L3HARRIS under part number K10054013-2. These items must be individually packaged in accordance with military standards, specifically MIL-STD-2073-1E, to ensure protection during transport and storage, highlighting the importance of compliance with military packaging requirements. Interested vendors must submit their quotations by September 18, 2024, at 9 AM Eastern Standard Time, and are required to have valid DUNS numbers and be registered with the System for Award Management (SAM). For further inquiries, vendors can contact Nina Crosby at NINA.M.CROSBY@USCG.MIL or by phone at 410-762-6658.
    MAGNETRON X BAND MG5436
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of 30 units of the MAGNETRON X BAND MG5436, a critical electronic component necessary for their operations. The items must be individually packaged and marked according to stringent military standards, including MIL-STD-2073-1E for packaging and MIL-STD-129P for marking, ensuring protection during transport and compliance with federal regulations. This procurement is vital for maintaining the operational readiness of the Coast Guard's surface forces, with a required delivery date set for October 31, 2024. Interested vendors must submit their quotations by September 18, 2024, at 9 AM EST, and can contact Nina Crosby at NINA.M.CROSBY@USCG.MIL or 410-762-6658 for further details.
    GEARBOX, WINCH
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotes for the procurement of two gearbox units for a winch under Request for Quote 70Z08524Q40213B00. The procurement requires adherence to specific nomenclature, part numbers, and packaging standards to ensure the units can withstand two years of storage. These gearboxes are critical components for the operational readiness of Coast Guard equipment, emphasizing the importance of compliance with military specifications and quality assurance. Interested vendors must be registered in the SAM database and submit their quotes by September 17, 2024, at 1 PM EST, with delivery expected by January 30, 2025. For further inquiries, vendors can contact Jermaine Perkins at Jermaine.T.Perkins@uscg.mil or Daniel J. Nieves at daniel.j.nieves@uscg.mil.
    DISPLAY UNIT
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the overhaul of a display unit, identified by NSN 7025-99-261-5712 and part number 81702-0500-00. The procurement involves opening, inspecting, reporting, and potentially repairing six units, with strict adherence to the original equipment manufacturer (OEM) specifications and military packaging standards. These display units are critical for the U.S. Coast Guard's Medium Endurance Product Line, ensuring operational readiness and reliability. Interested vendors must submit their quotes by September 18, 2024, and direct any inquiries to Nina Crosby at Nina.M.Crosby@uscg.mil or by phone at 410-762-6658.
    PUMP FUEL
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the overhaul and inspection of fuel metering pumps, as outlined in solicitation number 70Z08024Qak050. The procurement involves the opening, inspecting, reporting, and potentially repairing ten units of the MAN Truck fuel metering pump, with strict adherence to OEM specifications and packaging requirements. These pumps are critical components for the U.S. Coast Guard's Medium Endurance Product Line, ensuring operational reliability and safety. Interested vendors must submit their quotes by September 18, 2024, and direct any inquiries to Nina Crosby at nina.m.crosby@uscg.mil or by phone at 410-762-6658.
    VALVE, SOLENOID
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of three solenoid valves under solicitation number 70Z08524Q40225B00. The requirement includes strict adherence to federal guidelines for packaging, shipping, and invoicing, with delivery expected by October 24, 2024, and quotes due by September 11, 2024. These solenoid valves are critical components used in various applications, emphasizing the importance of regulatory compliance in federal procurement practices. Interested vendors must ensure they are registered in SAM.gov and can contact Stephanie Garity at stephanie.a.garity@uscg.mil or Daniel J. Nieves at daniel.j.nieves@uscg.mil for further information.
    Valve Assembly
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for a valve assembly, specifically the MAR Control Valve MG5114, from Twin Disc Inc, the designated Original Equipment Manufacturer (OEM). This procurement is critical for the Coast Guard's operations, emphasizing the need for specific technical equipment with no substitutions permitted. Vendors are required to submit detailed quotes, including unit pricing and estimated delivery dates, with all items due by December 27, 2024, to the Surface Forces Logistics Center in Baltimore, MD. Interested parties should direct inquiries to Tracy L. Jacobs at tracy.l.jacobs@uscg.mil or Kirk Miller at Kirk.Miller2@uscg.mil, and ensure compliance with all applicable Federal Acquisition Regulations (FAR) during the bidding process.
    59--SWITCH,FLOW
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of two units of the SWITCH, FLOW (NSN 5930011386106). This solicitation is a Request for Quote (RFQ) and requires delivery to the DLA Distribution Depot in Oklahoma within 35 days after order. The goods are critical components in electrical and electronic equipment, highlighting their importance in various defense applications. Interested vendors must submit their quotes electronically, and any inquiries regarding the solicitation should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation are not available.
    VALVE ASSY, DIRECTIONAL CONT
    Active
    Homeland Security, Department Of
    The U.S. Coast Guard is seeking quotes for a firm-fixed-price contract to procure five directional control valve assemblies. These valves, manufactured by Appleton Marine Inc., are required for SB230-42 cranes and must adhere to specific packaging standards. The Coast Guard emphasizes that only authorized distributors of Appleton Marine Inc. will be considered, and these distributors must include a letter confirming their status within their quotes. The successful vendor will be responsible for delivering the valve assemblies by the deadline of September 15, 2024, packaged according to military standards and labeled as specified. The cost of shipping to a designated location in Maryland must be included in the quoted price. The government reserves the right to reject substitutions without approval and mandates strict compliance with packaging and marking requirements. Prospective vendors must register in the System for Award Management (SAM) and submit their quotes by the deadline, including the requested information outlined in the solicitation. The award will be based on factors such as price, delivery capabilities, and compliance with the rigorous packaging and labeling requirements. This opportunity is a Total Small Business Set-Aside, and the government encourages all responsible small businesses to submit quotes. The contact details for the procurement point of contact are provided in the solicitation document for any clarifications or further information required. The associated files emphasize the regulatory framework surrounding the procurement, outlining numerous clauses that will be integrated into the contract. This includes adherence to labor laws, anti-discrimination policies, and national security protocols. Additionally, the files highlight the government's right to inspect and test the supplies, ensuring compliance with the stringent requirements for merchantable products. Potential vendors should carefully review the solicitation document and ensure they can comply with the detailed packaging and delivery specifications. The focus on compliance and accountability suggests a thorough evaluation process, with the government prioritizing thoroughness and precision in the awarding of the contract.
    USCG SBPL OTH LEVER, REMOTE CONTROL
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the US Coast Guard, has issued a Combined Synopsis/Solicitation notice for the procurement of an OTH LEVER, REMOTE CONTROL. This item falls under the category of MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIPS, SMALL CRAFT, PONTOONS, AND FLOATING DOCKS. The procurement will take place in Curtis Bay, MD (zip code 21226), USA. The primary contact for this procurement is Kenneth Tankersley, who can be reached at KENNETH.C.TANKERSLEY@USCG.MIL. The notice states that this is a commercial item solicitation and quotes are being requested. The award will be made using the lowest price technically acceptable method, and it will be a firm fixed price purchase order. For detailed requirement information, please refer to the attached solicitation documents.