This is a Request for Quotes (RFQ) for Coated Steel Pipe Piles, issued by the DHS, USCG Operational Logistics Command. The solicitation, number 70Z08426QWOPL0004, is a full and open competition under NAICS code 331210. It seeks to establish a three-year Indefinite Delivery Indefinite Quantity (IDIQ) contract with Economic Price Adjustments for 12" and 18" diameter piles. Quotes, including both price and technical sections, must be submitted electronically to James.C.Kanash@uscg.mil by 3:00 PM Eastern, Wednesday, December 17, 2025. Key attachments include the Price Schedule (Attachment 1) and Clauses and Provisions (Attachment 6). The contract comprises a base period and two option years, with economic price adjustments for steel and fuel applicable in the option periods. Delivery is FOB Destination within 60 days ARO, to various USCG locations. Payment will be made via Electronic Funds Transfer (EFT) using the Invoice Processing Platform (IPP), and invoices must be accompanied by an approved DHS 700-21 Material Inspection and Receiving Report.
This document, Solicitation 70Z08423RWOPL0001 Attachment 1, outlines a price schedule for the procurement and transportation of coated steel piles for the US Coast Guard. It details the supply of 12" and 18" diameter coated steel piles in various lengths (40 ft to 80 ft) across a base period (January 15, 2026 - January 14, 2027) and two option periods (January 15, 2027 - January 14, 2028, and January 15, 2028 - January 14, 2029). The contractor is responsible for fabricating these piles according to USCG specifications. Additionally, the document covers the transportation of these piles to multiple locations including Corpus Christi, Galveston, New Orleans, Mobile, Morgan City, Charleston, St. Petersburg, Portsmouth, Ft. Macon, Miami, Jacksonville, and Tong Point, with provisions for oversized loads. The pricing for both supplies and transportation is subject to EPA adjustments for steel pipe (WPU101706) and fuel (WPU057303) respectively. Only the awarding agency can place orders.
Attachment 2 of Solicitation 70Z08426QWOPL0004 specifies numerous delivery locations for the U.S. Coast Guard across various districts. These locations include Coast Guard Bases, Sectors, and specific cutters, detailing addresses in states such as Virginia, North Carolina, Florida, South Carolina, Louisiana, Alabama, Texas, and Oregon. The document lists multiple facilities under the 5th, 7th, 8th, and 13th Districts, providing precise addresses for each. This attachment serves as a critical reference for logistics and delivery planning within the scope of the solicitation.
The solicitation 70Z08426QWOPL0004 outlines specifications for coated steel pipe piles for the Coast Guard, detailing requirements for 18-inch and 12.75-inch outside diameter piles. All piles must be ASTM A252, Grade 2, with plain ends and straight seam welded, allowing one splice under specific conditions. A critical aspect is the coating process, which involves blast cleaning, application of an Organic Zinc Primer (SSPC Paint 20 Type II) followed by a Black Coal Tar Epoxy-Polyamide topcoat (SSPC Paint 16), both from the same manufacturer. Each pile requires specific marking, including manufacturing details, dimensions, and grade. Delivery is mandated within 60 days of order issuance, with a 3-day notification to the consignee. Quality assurance involves strict inspection for defects such as manufacturing non-conformance, diameter variations, weight discrepancies, wall thickness issues, and coating damage, with repair provisions for certain defects. Submittals include certificates of conformance and manufacturer's literature for paints.
The Department of Homeland Security's Material Inspection Acceptance and Receiving Report (DHS Form 700-21) is a two-page form used to document the inspection and acceptance or rejection of materials and/or services. This form is essential for federal government processes such as RFPs, grants, and state/local RFPs, ensuring that delivered items conform to contract requirements. It records critical information including contract and order numbers, material/service details, contractor and manufacturer information, and inspection dates. The report tracks quantities on order, received, rejected, accepted for the current report, and accepted to date, along with the balance remaining. Remarks are included for additional entries or authorizations for rejected items. The form requires signatures, titles, telephone numbers, and dates from both the inspector and the individual authorizing the report, certifying that inspections were conducted under supervision and that accepted materials meet contract specifications.
This government file, Attachment 6 – CLAUSES AND PROVISIONS for RFQ 70Z08426QWOPL0004, outlines the contractual terms and conditions for commercial products and services, incorporating various Federal Acquisition Regulation (FAR) clauses. Key provisions cover inspection/acceptance, assignment of payments, contract changes, dispute resolution (41 U.S.C. chapter 71), definitions (FAR 52.202-1), and excusable delays. It details invoicing requirements, patent indemnity, and payment terms, including prompt payment, EFT, overpayments, and interest on late payments. The document also addresses risk of loss, taxes, termination for convenience or cause, title transfer, warranty, limitation of liability, and other compliance obligations. Unique aspects include contractor performance evaluations, an Economic Price Adjustment (EPA) clause for steel and fuel based on the BLS Producer Price Index, and specific instructions for offerors regarding submission requirements, technical approach, past performance, and amendment acknowledgments.