Foreign Military Sales - Multiple Item Acquisition (Bahamas Vessel Maintenance Spare Parts)
ID: 70Z02324Q92200018Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDHQ CONTRACT OPERATIONS (CG-912)(000WASHINGTON, DC, 20593, USA

NAICS

Ship Building and Repairing (336611)

PSC

MISCELLANEOUS SHIP AND MARINE EQUIPMENT (2090)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
    Description

    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified small businesses to provide various marine application spare parts under the Foreign Military Sales program for the Government of the Bahamas. The procurement aims to support vessel maintenance by sourcing essential spare parts, ensuring compliance with packaging, preservation, and transportation logistics as outlined in the Statement of Work. This initiative is crucial for enhancing the maritime capabilities and security of partner nations, reinforcing international defense cooperation. Interested vendors must submit their quotations electronically by the specified deadline, with inquiries directed to Contract Specialist Dennis Kokoskie at dennis.s.kokoskie@uscg.mil or Contracting Officer Micha Wisniewski at Micha.A.Wisniewski@uscg.mil.

    Point(s) of Contact
    Files
    Title
    Posted
    The document addresses an RFP related to foreign military sales, specifically for spare parts for the Bahamas Defense Force’s vessels manufactured by SAFE Boats. It responds to vendor inquiries regarding sourcing spare parts, particularly focusing on discontinued or backordered items. Vendors must identify and propose equivalent part numbers or acceptable alternatives for any items no longer available from the Original Equipment Manufacturer (OEM). The document emphasizes that only new parts are permissible and that vendors should avoid submitting alternate or refurbished components. Additionally, it outlines evaluation criteria for submissions, highlighting that faster delivery schedules would be viewed favorably. The guidance aims to streamline the acquisition process while ensuring compliance with federal procurement standards, ensuring that the government receives the necessary operational capabilities for the Bahamian vessels. Overall, the document serves to clarify the expectations and requirements for vendors participating in this military procurement initiative.
    The U.S. Coast Guard's Statement of Work (SOW) outlines the requirements for the procurement of spare parts under Foreign Military Sales (FMS) for the Government of the Bahamas, specifically related to marine vessel maintenance. The SOW details the packaging, preservation, and transportation logistics for the spare parts, ensuring adherence to the Defense Transportation System (DTS) protocols. It emphasizes the role of the U.S. in strengthening international security and maritime capabilities of partner nations. Key requirements include detailed instructions for sourcing, inspection, acceptance, and delivery of items listed in the attached Spare Parts List. The contractor must ensure proper handling, documentation, and compliance with applicable regulations regarding hazardous materials and export-controlled items. The document specifies the need for clear communication with government contacts, including a protocol for invoicing and the submission of electronic payment requests. Additional provisions for warranty coverage and documentation requirements upon acceptance are detailed to ensure quality control and accountability in the delivery of services and materials. Overall, the SOW serves as a framework for coordinating maintenance support, reinforcing maritime security, and fostering international partnerships through compliance with U.S. government standards and processes.
    The document is a pricing schedule for a Request for Quote (RFQ) concerning the Bahamas Foreign Military Sales (FMS) case DT-P-LYA. It comprises various line items pertaining to the procurement of spare parts and equipment, along with their specifications, quantities, and unit prices, all listed as $0.00. The items primarily relate to Caterpillar and Mercury engines and components, including overhaul kits, pumps, tools, and specialized equipment essential for vessel maintenance and support. Notably, the listing includes detailed descriptions of each part, brand names, and part numbers, indicating prerequisites for proper supply management and logistical considerations. The document reflects the government's process in seeking suppliers aligned with federal procurement standards, ensuring transparency and accountability in the acquisition of critical marine and technical assets. Overall, it establishes a foundational framework for contract bidding in military and coast guard applications while highlighting the importance of accurate and thorough technical documentation in federal procurement practices.
    The document outlines the contract clauses relevant to solicitation 70Z02324Q92200018, incorporating several Federal Acquisition Regulations (FAR) and Homeland Security Acquisition Regulations (HSAR). Key components include clauses pertaining to contractor employee whistleblower rights, system for award management, safeguarding contractor information systems, and specific requirements for contractor ethics and business conduct. Various FAR clauses are included by reference to ensure compliance with federal laws governing commercial products and services, emphasizing the importance of small business participation, non-discrimination, and prohibition against engaging with entities or products linked to security concerns. Specific clauses demand contractor acknowledgment of obligations towards employees’ rights and ensure transparency in operations such as the prohibition of certain technologies. The document also addresses the limitations on subcontracting, outlining the proportions of work that must be performed by the prime contractor and providing guidance on joint ventures. Ultimately, this file serves as a comprehensive guide for contractors ensuring adherence to federal regulations and standards, particularly focused on promoting small business participation and ethical conduct within government contracts.
    The government seeks quotes from suppliers for a range of spare parts. Quotes must include unit prices, lead times, and delivery schedules for each item. Offerors must electronically submit their quotes, ensuring compliance with various FAR provisions, including those related to responsibility matters, supply chain security, and representations and certifications. The selection process will prioritize technical capability and delivery schedule over price, with past performance also considered. Offerors must certify their adherence to provisions like the Buy American Act and provide details on their tax identification numbers and business structures. The goal is to award a single firm-fixed-price contract to the vendor offering the best value to the government.
    This document outlines solicitation provisions for a federal contract under the Federal Acquisition Regulation (FAR) concerning commercial items. It defines technical requirements, submission guidelines, and evaluation criteria for offerors. Key provisions include instructions for submitting quotes, which require electronic submission, vendor information, pricing details, and compliance with specified regulations. Offerors must confirm their capability to meet the requirements outlined in the Statement of Work and detail their technical capability, delivery schedule, and past performance. The evaluation process emphasizes technical capability over price, utilizing a comparative analysis of submissions to determine the best value for the government. Key terms and definitions related to product specifications, including new and OEM parts, are provided, alongside acceptable exceptions for part numbers. The document also emphasizes the necessity of compliance with various regulations, such as the Buy American Act and representations regarding responsibility matters. Overall, this solicitation aims to ensure a transparent, competitive bidding process that supports the procurement of high-quality commercial supplies.
    The document is an amendment to a solicitation related to the United States Coast Guard, specifically modifying RFQ number 70Z02324Q92200018. Effective from August 20, 2024, this amendment makes minor grammatical corrections to Attachment IV, which contains solicitation provisions. It is crucial for bidders to acknowledge receipt of this amendment in their submissions, as failure to do so may lead to rejection. The amendment clarifies that all other terms and conditions of the original solicitation remain unchanged and enforceable. The final section of the document includes details regarding the contracting officer's digital signature, confirming the legitimacy and formal acceptance of the amendment. This modification process emphasizes the importance of compliance and communication in federal contracting, allowing for a clear understanding of requirements among potential contractors. Overall, this amendment serves to ensure clarity and accuracy in the solicitation materials while maintaining the integrity of the procurement process.
    The document appears to consist of a digital signature signifying identification and authenticity, possibly related to a government contract or agreement. It includes the name "WISNIEWSKI" and a formatted signature with a timestamp indicating the signing occurred on September 6, 2024. However, the file lacks substantive content regarding specific RFPs, grants, or detailed project information. This format suggests it may serve as a confirmation or endorsement of a previous document or transaction linked to federal or state initiatives. The main purpose appears to be verifying the identity of an individual associated with government procedures, emphasizing secure and accountable practices in handling RFPs or similar governmental functions. Without further details, the document serves primarily as a formal record rather than conveying specific project or funding information.
    Lifecycle
    Title
    Type
    Similar Opportunities
    CYLINDER, STEERING
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of 200 steering cylinders, classified under NSN 3040-20-009-3986, as part of a combined synopsis/solicitation. These parts are critical for the operation of U.S. Coast Guard small boats, and only genuine OEM parts from SEASTAR SOLUTIONS or their authorized distributors will be accepted, as the government does not possess the proprietary data for these components. Interested vendors must submit their quotes by September 20, 2024, and ensure they are registered in SAM.gov prior to submission; for further inquiries, they can contact Kimberly J. Wooters at kim.j.wooters@uscg.mil or by phone at 410-762-6508.
    70Z04024Q52221B00
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of specific Original Equipment Manufacturer (OEM) parts from Volvo Penta of the Americas, LLC, under solicitation number 70Z04024Q52221B00. The required items include a Transom Shield (Part Number 22865044) and an Outdrive (Part Number 21766684), with quantities of 9 and 10 units needed, respectively, to support the operational readiness of Coast Guard vessels. This procurement is critical for maintaining the functionality and safety of marine equipment, emphasizing the importance of compliance with military packaging and labeling standards. Interested vendors must submit their quotes by September 20, 2024, at 1:00 PM EDT, to the designated contacts, Derrell L. Green and Andrew D. Kropkowski, with payment processed within 30 days following inspection and acceptance of the delivered items at the Baltimore warehouse.
    Various Items
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG) Aviation Logistics Center, is seeking to procure various specialized items from Sikorsky Aircraft Corporation under a sole source Basic Ordering Agreement. The procurement includes essential components for the MH-60T aircraft, such as seals, panels, and yaw control boosters, with specific quantities and required delivery dates ranging from August 2024 to November 2025. This acquisition is critical for maintaining the operational integrity and reliability of USCG aviation logistics, as the items are uniquely available from the OEM due to proprietary technical data. Interested parties may submit quotations to Alisha Colson at Alisha.M.Colson@uscg.mil and mrr-procurement@uscg.mil by September 23, 2024, at 2:00 PM EDT for consideration.
    Various Items
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the United States Coast Guard (USCG) Aviation Logistics Center, is seeking to procure various items necessary for the maintenance of the MH-60T helicopter. This procurement will be conducted as a sole-source acquisition from Sikorsky Aircraft Corporation, the Original Equipment Manufacturer (OEM), due to the specialized nature of the components, which include spacers, straps, and levers that adhere to critical operational standards. The items are essential for maintaining the operational readiness of USCG helicopters, and delivery is requested within 90 days after receipt of order, with early shipments encouraged. Interested vendors may submit quotations to Ashley Winslow at ashley.r.winslow@uscg.mil and the MRR Procurement Mailbox at mrr-procurement@uscg.mil by September 20, 2024, at 2:00 PM EDT, referencing solicitation number 70Z03824QJ0000370.
    CGC POLAR STAR - MDE R/W PUMP
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to provide replacement pumps for the CGC POLAR STAR's main diesel engines. The procurement involves acquiring two ALCO R/W PUMPS, part number 22500130-1R, as specified by USCG engineers to enhance the operational lifespan of critical maritime equipment. This initiative underscores the importance of maintaining the functionality and efficiency of the U.S. Coast Guard's fleet. Interested vendors must submit an official quote, including a SAM.gov registered DUNS number, to Tyler Melton at Tyler.k.melton@uscg.mil, ensuring accurate lead times and product availability are provided. The contract will be awarded on a firm-fixed-price basis, with a total small business set-aside under FAR 19.5.
    Purchase of Various Items
    Active
    Homeland Security, Department Of
    Sources Sought notice from the DEPARTMENT OF HOMELAND SECURITY's US COAST GUARD seeks information on the availability of various aircraft parts for the MH60T Aircraft. The procurement targets items listed in "Attachment 1 – List of Items"主要用于维修 and maintenance of the USCG's MH60T aircraft. The Coast Guard is conducting market research to identify potential sources, including large or small businesses, their NAICS code, and specific business classifications such as small, emergent, disadvantaged, Hub Zone, Woman-Owned, or Service-Disabled Veteran-Owned. Respondents should also indicate if their products are on a GSA schedule or have been used by other government agencies. The closing date for responses is 25 April 2024 at 2:00pm EDT, and interested parties must email MRR-PROCUREMENT@uscg.mil with the subject line "70Z03824IJ0000032".
    Procurement of Various Bushings and Washers
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking proposals for the procurement of various bushings and washers under solicitation number 70Z03824QJ0000325. This opportunity involves the establishment of an Indefinite Delivery Requirements Type Contract with firm-fixed pricing, anticipated to span one base year and up to four option years, totaling a maximum duration of five years. The goods are critical for maintaining airworthy conditions on U.S. Coast Guard aircraft, and all parts must be new and traceable to the Original Equipment Manufacturer, Fatigue Technology, Inc. Interested vendors must submit their quotations by September 20, 2024, at 2:00 PM Eastern Daylight Time, with the anticipated award date around October 1, 2024. For further inquiries, potential bidders can contact Amy Whitehurst at Amy.E.Whitehurst2@uscg.mil.
    Ship Lift Annual Inspection & Certification (2 YEARS)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the Ship Lift Annual Inspection and Certification over a two-year period. The procurement involves comprehensive inspections and certifications of the CG Yard Ship Lift and Transfer System, ensuring compliance with SFLC Standard Specification 8634, which includes detailed reporting and follow-up inspections to maintain safety and operational standards. This project is critical for the U.S. Coast Guard's operational capabilities, emphasizing the importance of maintaining the structural integrity and effectiveness of marine equipment. Interested vendors must submit their quotes by September 20, 2024, at 12:00 PM (Eastern) to Shellby Hammond at Shellby.M.Hammond@uscg.mil, with the contract anticipated to be awarded based on the lowest priced technically acceptable offers.
    Welin Lambie Davits
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors for the procurement and maintenance of Welin Lambie Dual Point Davits (Model TW.PIV 5.0B). The solicitation includes requirements for maintenance parts kits, overhaul kits, spare parts, and certified technical support, structured as a firm-fixed price indefinite delivery contract with one base year and four option years. These davits are critical for the operational reliability and safety of the Coast Guard's maritime operations, emphasizing the importance of quality assurance and regulatory compliance throughout the maintenance process. Offers are due by September 30, 2024, at 2:00 PM EST, and interested parties should contact Florence Harwood or Shaun I. Squyres for further information.
    WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking contractors for the "WTGB 140' & 120’ BARGE DRYDOCK IDIQ FY24-29" project, which involves providing comprehensive dry-dock repair services for the U.S. Coast Guard Cutter WTGB 140’ Inland Ice Breaker Tugs and assigned 120’ Barges. Contractors will be responsible for all necessary facilities, materials, equipment, personnel, and services to perform both planned and unplanned repairs, ensuring compliance with stringent safety and environmental standards. This procurement is crucial for maintaining the operational readiness and safety of the Coast Guard's fleet, with a total estimated contract value of approximately $26 million over a base year and four optional years. Interested small businesses must submit proposals by October 21, 2024, and can direct inquiries to Patrick D. Brown at Patrick.D.Brown@uscg.mil or Diego Avila at diego.j.avila@uscg.mil.