57mm Portable Inspection System
ID: 52000PR250002107Type: Special Notice
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 3(00040)BALTIMORE, MD, 21226, USA

NAICS

Commercial and Service Industry Machinery Manufacturing (333310)

PSC

MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT (J020)

Set Aside

8(a) Sole Source (FAR 19.8) (8AN)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking a qualified contractor to provide a 57mm Portable Inspection System through a sole source procurement process. This system is crucial for enhancing the Coast Guard's capabilities in maintaining and inspecting marine equipment, ensuring operational readiness and compliance with safety standards. The procurement is set aside for 8(a) participants, emphasizing the importance of unique characteristics that limit supplier availability, as outlined in the justification for sole source contracts. Interested parties should contact Gabriel Jasbon at GABRIEL.O.JASBON@USCG.MIL for further details regarding this opportunity, which is expected to take place in Curtis Bay, Maryland.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines specific Federal Acquisition Regulation (FAR) clauses relevant to government contracts. It stipulates the applicability of various regulations, including requirements for representations and certifications regarding telecommunications and video surveillance services. Key clauses include prohibitions against contracting with entities associated with certain cybersecurity risks, as well as those outlined in various commercial product agreements. The regulations emphasize compliance in terms of safety, security, and contractual obligations for service provision. Additionally, an option clause for extending services indicates flexibility in contract management. Overall, the document serves as a foundational guide for contractors to understand the legal framework and obligations tied to federal contracting, ensuring adherence to national security protocols and statutory requirements.
    The document outlines the justification process for awarding contracts through sole source procurement under Simplified Acquisition Procedures (SAP) as per FAR 13.106-1(b). It emphasizes that contracts may be limited to one source only if justified by the contracting officer, requiring specific reasons why only one source can meet the government’s needs. Statements lacking sufficient detail, such as "only known source," are deemed inadequate. The document further cites potential authorities from 10 U.S.C. § 3204, highlighting various scenarios allowing sole-source contracts, including urgency, national security, or industrial mobilization. It details the requirements for describing the unique characteristics that restrict supplier availability, efforts made for market research, and necessary steps to enhance competition in future procurements. The document also stresses the importance of avoiding marketing language in justifications and outlines the signature requirements for the customer and contracting officer. Overall, the document serves to guide government officials in ensuring transparent and justified procurement processes while adhering to regulations to promote fair competition.
    Lifecycle
    Title
    Type
    Special Notice
    Similar Opportunities
    Notice of Intent to Sole Source - Osiris PCI Radar Interface Card Repairs
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's C5I Division 2, intends to issue a sole-source contract to GDCA, Inc. for the maintenance and repair of the Osiris PCI Radar Interface Card. This procurement is necessary due to GDCA's unique position as the only authorized repair source for Curtiss-Wright's Legacy Radar Hardware Products, which are critical for the Coast Guard's operational capabilities. The contract will involve inspecting and repairing 20 units, with a firm-fixed price structure and a requirement to return the repaired units to the Surface Forces Logistics Center in Baltimore, MD, within 210 days of order receipt. Interested parties are invited to submit their qualifications by March 17, 2025, although the contract is primarily designated for GDCA based on market research and federal procurement regulations allowing for non-competitive bidding.
    Original Equipment Manufacturer (OEM) Safe Boats International LLC parts and accessories currently in use on the 26’ Over the Horizon Cutter Boat (CB-OTH-IV) assets.
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure parts and accessories from Safe Boats International LLC for the 26’ Over the Horizon Cutter Boat (CB-OTH-IV) assets. This procurement is a sole source acquisition aimed at obtaining OEM parts necessary for the maintenance and operation of these critical maritime assets. The goods are vital for ensuring the operational readiness and safety of the cutter boats, which play a significant role in maritime security missions. Interested vendors, particularly small businesses, can reach out to primary contact Justin Hannie at justin.m.hannie@uscg.mil or 410-762-6493, or secondary contact Andrew D. Kropkowski at Andrew.D.Kropkowski2@uscg.mil for further details.
    4 BUTTON CONTROL PANEL
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking to procure fifty power panels (P/N: 23519499) through a combined synopsis/solicitation. These panels are critical for the operation of the Coast Guard's 47' Motor Lifeboat (MLB) vessels, and the procurement is justified as only one source, PENN Power Group, can provide these unique components due to proprietary technical data restrictions. The U.S. Coast Guard has conducted market research but has not identified alternative vendors capable of meeting the specific requirements, emphasizing the importance of these parts for maintaining operational readiness. Interested parties can reach out to Cynthia A. Matthews at cynthia.a.matthews@uscg.mil or by phone at 410-762-6509 for further details.
    CGC MACKINAW AZIPOD MAINTENANCE
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the maintenance of propulsion and non-propulsion systems aboard the USCGC MACKINAW (WLBB 30). This procurement focuses on annual on-site service, dockside and performance testing, technical consultation, and configuration management for propulsion components, particularly azipod units and transformers, which are exclusively supplied by ABB, the sole source provider. The maintenance is crucial for ensuring the operational readiness of the Coast Guard's fleet, adhering to defense acquisition regulations. Interested contractors must submit their qualifications and relevant documentation by March 24, 2025, at 10 AM Eastern Time, and can contact Sandra A. Martinez at Sandra.A.Martinez@uscg.mil for further information.
    FENDER, MARINE
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of marine fenders, specifically a complete collar kit for the starboard side, as part of a combined synopsis/solicitation. The requirement includes 10 units of the specified collar kit, which consists of a collar membrane, main foam, comp foam, and UHMW rod, with a delivery deadline set for May 5, 2025. This procurement is crucial for maintaining the operational readiness of the Coast Guard's small boat fleet, ensuring the durability and functionality of their marine equipment. Interested vendors must submit their quotations to Kimberly J. Wooters at kim.j.wooters@uscg.mil, and ensure they are registered in SAM.gov, with all deliveries to be made to the specified address in Baltimore, MD.
    Open, Inspect, Report and Repair
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the "Open, Inspect, Report and Repair" project, which falls under the SFLC Procurement Branch 1. This procurement involves the inspection and repair of engine cooling system components, classified under the NAICS code 811310, which pertains to commercial and industrial machinery repair and maintenance. The services are crucial for maintaining operational readiness and safety of Coast Guard vessels. Interested parties can reach out to Donna Scandaliato at donna.m.scandaliato@uscg.mil or by phone at 410-762-6259 for further details regarding the solicitation process.
    USCGC BERTHOLF (WMSL 750) DS FQ2 FY25 Dual Point Davit, Biennial Maintenance
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide biennial maintenance for the Dual Point Davit system aboard the USCGC BERTHOLF (WMSL 750). The maintenance work is scheduled to take place from April 7 to April 18, 2025, and includes essential tasks such as inspections, hydraulic analysis, and operational tests to ensure the safety and operational readiness of the equipment. This procurement is critical for maintaining the functionality of Coast Guard systems and adheres to strict regulatory standards. Proposals are due by March 14, 2025, and interested vendors should contact Kiku Khan at kiku.k.khan@uscg.mil or Kiya Plummer-Dantzler at kiya.r.plummer-dantzler@uscg.mil for further details.
    ANCHOR CHAINS AND PELICAN HOOKS
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to supply anchor chains and pelican hooks under a total small business set-aside contract. The procurement aims to acquire essential marine hardware and hull items, which play a critical role in ensuring the operational readiness and safety of Coast Guard vessels. The place of performance for this contract will be in Curtis Bay, Maryland, and interested parties should reach out to Shellby Hammond at Shellby.M.Hammond@uscg.mil or 410-762-6317, or Shannon Carter at shannon.r.carter@uscg.mil or 410-762-6503 for further details. Compliance with federal contracting regulations, including provisions outlined in the FAR clauses document, will be necessary for successful bidders.
    ESIS New Buy
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the procurement of ESIS GH-4001 units under the solicitation number 70Z03825RJ0000004. This opportunity involves the purchase of specialized commercial products and services, with a focus on ensuring compliance with federal regulations and promoting fair competition within the industry. The selected contractor will be required to meet specific technical and delivery requirements, with evaluations based on technical acceptability, past performance, and pricing. Interested parties should direct inquiries to Trenton Twiford at trenton.c.twiford@uscg.mil or the MRR Procurement Mailbox at mrr-procurement@uscg.mil, and must submit their proposals in accordance with the outlined terms and conditions by the specified deadlines.
    Oily Water Separator (OWS) System, Inspect and Groom on USCGC BERTHOLF (WMSL 750)
    Buyer not available
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking proposals for the inspection and grooming of the Oily Water Separator (OWS) system on the USCGC Bertholf (WMSL 750) located in Alameda, California. The procurement is designated as a Total Small Business Set-Aside, requiring contractors to demonstrate technical capability through examples of similar prior contracts and to adhere to strict environmental compliance standards during the maintenance process. This opportunity is critical for ensuring operational integrity and environmental protection on Coast Guard vessels, with proposals due by March 14, 2025, and performance expected between April 14 and May 9, 2025. Interested parties can contact Kiya Plummer-Dantzler at kiya.r.plummer-dantzler@uscg.mil or by phone at 510-501-5550 for further details.