70Z03024QCLEV0145 - U.S. Coast Guard Station Alexandria Bay Snow Blower
ID: 70Z03024QCLEV0145Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE CLEVELAND(00030)CLEVELAND, OH, 44199, USA

NAICS

Lawn and Garden Tractor and Home Lawn and Garden Equipment Manufacturing (333112)

PSC

GARDENING IMPLEMENTS AND TOOLS (3750)
Timeline
    Description

    The Department of Homeland Security, through the U.S. Coast Guard, is seeking proposals for the procurement of a Toro Multi Force 26.5 hp snow blower and associated equipment for the USCG Station in Alexandria Bay, New York. The contract requires the delivery of all necessary labor, materials, equipment, and supervision, with a total estimated value of less than $25,000. This equipment is crucial for maintaining operational readiness during winter months, particularly for snow removal tasks that support search and rescue operations. Interested vendors must register under solicitation number 70Z03024QCLEV0145 to receive notifications, and all offers will be due upon issuance of the Request for Quote, with further details available from the primary contact, Pierce S. Schrecengast, at Pierce.S.Schrecengast@uscg.mil.

    Point(s) of Contact
    Pierce S. Schrecengast
    Pierce.S.Schrecengast@uscg.mil
    Files
    Title
    Posted
    The document outlines a justification for a sole-source acquisition of a Toro multiforce mower/snowblower by the USCG Station Alexandria Bay. The rationale for this process stems from the specific operational requirements wherein only this particular stand-on equipment can provide necessary visibility while performing snow removal and maintain search and rescue readiness during winter months. The equipment's unique attributes prevent the use of any competing models, as alternatives are largely seated options that do not offer the visibility height needed for safety and effective operation in tight spaces. Market research confirmed that the Toro multiforce can only be purchased through its dealer network, with Burville Power Equipment identified as the preferred dealer due to its familiarity with station needs and additional service offerings, such as pick-up for repairs. The justification highlights that no alternative models meet the functional and size constraints required by the station, affirming the necessity of this specific purchase approach. There are currently no planned actions to enhance competition in future acquisitions.
    The Women-Owned Small Business (WOSB) solicitation document outlines the process for obtaining commercial products and services under federal procurement. It delineates essential details such as requisition and contract numbers, solicitation dates, and contact information for inquiries. The document emphasizes that offers are due by a specified time and date, with instructions to submit relevant pricing and item information carefully. The solicitation aims to assess partnerships with economically disadvantaged women-owned small businesses, inviting these entities to participate competitively in federal contracts. Specific clauses highlight mandated terms linked to federal regulatory compliance. The document also provides sections for the capturing of delivery details, payment terms, and invoicing procedures. Overall, this solicitation reflects the government’s commitment to supporting women-owned businesses within the procurement framework.
    The file outlines a federal Request for Proposal (RFP) for the procurement of various snow removal supplies and equipment necessary for the Coast Guard facility at Alexandria Bay, NY. Key items include a Toro snowblower, multi-purpose attachments, and safety kits, with specifics regarding quantity, pricing, and delivery timelines. The proposal emphasizes that substitutions are not acceptable as the Toro brand is essential for meeting safety and operational standards in snow removal tasks. Requirements for inspection and acceptance are specified, detailing that supplies must be evaluated upon delivery with adherence to manufacturer standards. Training on equipment use and safety is mandated for the contractor. Delivery is expected within 60 days post-award, with a specified schedule. The evaluation criteria prioritize cost and capability, ensuring the selected contractor can meet government maintenance and operational requirements effectively. The summary captures the essential details related to the RFP's supplies, specifications, inspection processes, and criteria for assessing contractor proposals while maintaining the project's compliance and operational needs.
    The CG Base Cleveland Reference Information Form outlines the requirements for contractors seeking federal government contracts. The document requests essential company details, including references for similar work, experience in relevant projects, and contact information. It probes into the contractor's reliability by asking if they have been terminated from previous jobs and whether they anticipate any difficulties in completing the work on time. Additionally, it inquires about the percentage of work intended to be subcontracted and compliance with the Davis-Bacon Wage Act regarding prevailing wages. Three references are requested to validate the contractor's qualifications and project history, with specific details required for each reference. This form serves as a critical tool in government Requests for Proposals (RFPs) and grants, ensuring that contractors meet necessary compliance and capability standards to successfully fulfill federal and local project requirements.
    The document is a Request for Information (RFI) from the United States Coast Guard, specifically directed to the contracting specialist, Pierce Schrecengast, regarding a project located at Wellesley Island, NY, under solicitation number 70Z03024QCLEV0145. The request is structured to elicit clarification or proposed changes pertaining to the solicitation, which are specified in detail within the form. Essential information includes the requestor's details, the nature of the inquiry, and the response timeline. Responses from the technical team are documented, indicating that the provided information can either clarify the existing solicitation or suggest amendments that will be formally issued. This RFI process is common in federal contracting, allowing stakeholders to seek needed information and ensure compliance with project requirements and specifications. The completion date for the response is critical for maintaining project timelines and facilitating any necessary adjustments to contractual obligations. Overall, the document addresses procedural norms in managing and responding to contract-related queries within federal projects.
    The document is a Request for Quote (RFQ) from the U.S. Coast Guard (USCG) for the procurement of a Toro Multi Force 26.5 hp KOHEFI 52” tractor, along with associated labor, materials, equipment, and supervision necessary for delivery to the USCG Station in Alexandria Bay, NY. Interested bidders must submit a complete solicitation package, including price quotes inclusive of taxes, and relevant identification numbers. Key specifications and standards are listed in an appendix (Section J), and all correspondence must include the solicitation number. The document outlines detailed contract clauses, including inspection and acceptance terms, invoice submission procedures, and insurance requirements, particularly focused on worker safety and liability. It emphasizes that all contractors must be registered in the System for Award Management (SAM) and utilize the Invoice Processing Platform (IPP) for invoicing. The estimated value of the procurement is under $25,000, indicating a streamlined contracting approach. The overall purpose is to solicit competitive quotes while ensuring compliance with federal acquisition regulations and protecting government interests.
    Lifecycle
    Title
    Type
    Similar Opportunities
    S2--Snow Removal
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking qualified small businesses to provide snow removal services under a combined synopsis/solicitation. The procurement aims to ensure effective snow removal at designated locations, as outlined in the Statement of Work, to maintain operational efficiency during winter months. This service is critical for ensuring safe and accessible facilities for personnel and operations. Interested vendors must submit their bids through the Unison Marketplace by September 20, 2024, and can direct any inquiries to Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com.
    S2--OPTION - Snow Removal
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Customs and Border Protection, is seeking qualified small businesses to provide snow removal services under a total small business set-aside contract. The procurement aims to ensure that snow removal meets or exceeds specified requirements outlined in the Statement of Work, which is critical for maintaining operational efficiency during winter months. Interested vendors must submit their bids through the Unison Marketplace platform, with the solicitation closing on September 20, 2024, at 3:30 PM Eastern Time. For inquiries, potential bidders can contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com.
    Riding Snow Removal Machine
    Active
    Dept Of Defense
    The Department of Defense, specifically the Montana Air National Guard, is seeking quotes from small businesses for the procurement of a snow removal machine, as outlined in their Request For Quote (RFQ) W50S7L-24-Q-0011. The required machine must meet specific characteristics, including a maximum wheelbase of 46 inches, a weight limit of 1800 lbs, a minimum 30HP engine, and must include an enclosed heated cab along with various attachments for snow removal. This procurement is crucial for maintaining operational readiness in snowy conditions and emphasizes the government's commitment to engaging small businesses in fulfilling its needs. Quotes are due by September 27, 2024, and interested parties should direct inquiries to MSgt Anthony Barille at anthony.barille@us.af.mil or by phone at 406-791-0246.
    LRS Snow Blower Head Parts
    Active
    Dept Of Defense
    The Department of Defense, specifically the Colorado Air National Guard's 140th Wing, is seeking quotations for specialized snow blower parts under solicitation number W50S6V24Q0039. The procurement focuses on acquiring parts exclusively from M-B Companies, the sole original equipment manufacturer for OshKosh snow blowers, ensuring that only OEM parts are utilized for proper repairs on an Oshkosh H Series Tractor with a snowblower attachment. This initiative is crucial for maintaining operational readiness and efficiency in snow removal operations. Interested vendors must submit their quotes electronically by September 25, 2024, at 12:00 PM MDT, with proposals remaining valid until November 30, 2024. For further inquiries, potential offerors can contact MSgt Cory Schubert at cory.schubert@us.af.mil or the 140th Contracting Office at 140.WG.MSC@us.af.mil.
    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.
    45K Reversible Snowplow w/underbody Scraper and Snow Broom Dedicated (Vehicle) w/Air Blast
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Garrison Alaska, is soliciting quotes for the procurement of a 45K reversible snowplow with an underbody scraper and a dedicated snow broom vehicle with air blast capabilities for use at Fort Wainwright Airfield. These specialized pieces of snow removal equipment are essential for maintaining operational safety and efficiency during extreme winter conditions, particularly for Grey Eagle operations, and must comply with stringent performance standards. Interested vendors are required to submit complete quotes electronically by September 19, 2024, addressing technical capabilities and pricing, with the goal of awarding a Firm-Fixed-Price contract. For further inquiries, potential offerors can contact Richard Smith at richard.f.smith3.civ@army.mil or Sharond Holloman at sharon.r.holloman.mil@army.mil.
    MN SHERBURNE NWR - Mower with Snow Blower and 6 Tr
    Active
    Interior, Department Of The
    The U.S. Fish and Wildlife Service (FWS) is seeking proposals for the acquisition of a mower with a snow blower attachment, along with the trade-in of six existing pieces of equipment, specifically for the Sherburne National Wildlife Refuge in Princeton, Minnesota. The procurement aims to enhance operational efficiency in wildlife management by replacing outdated equipment that requires maintenance and repairs, as indicated in the associated trade-in forms. This opportunity is particularly significant for small businesses, as it is set aside for total small business participation, and emphasizes the importance of compliance with federal regulations, including registration in the System for Award Management (SAM). Proposals must be submitted via email to Dana Arnold by September 23, 2024, with detailed requirements outlined in the solicitation documents.
    Snow Removal Blades
    Active
    Dept Of Defense
    The Department of Defense, through the Department of the Air Force's 316th Contracting Squadron, is seeking qualified small businesses to provide carbide snow removal blades for seven 20-foot plow heads, specifically designed for use on an Oshkosh H2723G1 with a Wausau BMP 2050 plow head at Joint Base Andrews in Maryland. The procurement aims to enhance snow removal operations by utilizing durable blades that minimize damage to the airfield concrete, reduce the frequency of blade replacements, and improve overall response times while addressing safety concerns associated with snow removal activities. This initiative is critical for maintaining operational efficiency during winter weather conditions at the airfield. Interested vendors must submit their quotes via email by 4:30 PM EST on September 20, 2024, and can direct inquiries to Shantel Skari at Shantel.Skari@us.af.mil or Alexis Huggins at alexis.huggins@us.af.mil.
    FSR Support Services and Repair/Overhaul of R391 Propellers
    Active
    Homeland Security, Department Of
    The Department of Homeland Security's U.S. Coast Guard is seeking proposals for FSR support services and the repair and overhaul of R391 propellers, specifically for the HC-27J and HC-130J aircraft. The procurement aims to ensure operational continuity and safety by contracting GE Aviation Systems LLC, the sole source authorized to provide these critical services due to proprietary data restrictions and the nature of the components involved. The total estimated value of the contract is approximately $29.3 million, structured as an Indefinite Delivery Requirements contract with a one-year base period and four one-year option periods, lasting up to five years. Interested parties must submit proposals by September 18, 2024, with all inquiries directed to Dane W. Hobbs at Dane.W.Hobbs@uscg.mil by September 1, 2024.
    Repair and Overhaul Rescue Hoist Assembly
    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 repair and overhaul of the Rescue Hoist Assembly under solicitation number 70Z03824RJ0000006. The contract will be awarded on a sole source basis to the Original Equipment Manufacturer, Goodrich Corporation, and will encompass a one-year base period with four optional one-year extensions, totaling a maximum of five years. This procurement is critical for maintaining the operational readiness and safety of U.S. Coast Guard aircraft, ensuring that all repairs meet stringent FAA guidelines and quality assurance standards. Interested parties must submit their proposals by December 3, 2024, at 2:00 PM Eastern Time, and can direct inquiries to Nicholas Woolard or Cariss Perry via the provided email addresses.