Industrial Trailer for USCG TRACEN Cape May
ID: 67100PR240000145Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDATC MOBILE(00048)MOBILE, AL, 36608, USA

NAICS

Truck Trailer Manufacturing (336212)

PSC

TRAILERS (2330)

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 an industrial trailer for the Aviation Training Center (TRACEN) in Cape May, New Jersey. The procurement aims to enhance operational efficiency and maintenance capabilities by acquiring a trailer that meets specific dimensions, heavy-duty construction features, and safety attributes, with delivery required within 60 days of contract award. This equipment is crucial for supporting maintenance operations at the facility, ensuring compliance with federal contracting practices and performance standards. Interested vendors must submit their bids through the Unison Marketplace by September 16, 2024, and can direct any inquiries to Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com.

    Point(s) of Contact
    Name: Marketplace Support, Title: Marketplace Support, Phone: 1.877.933.3243, Email: MarketplaceSupport@unisonglobal.com;
    marketplacesupport@unisonglobal.com
    Files
    Title
    Posted
    The document is a formal solicitation (67100PR240000145) that outlines the terms and conditions for contracting with the federal government, particularly focusing on compliance with the Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR). It includes various clauses related to procurement, emphasizing requirements for contractor integrity, employee whistleblower rights, and prohibitions against using certain telecommunications and video surveillance technologies, particularly from Kaspersky Lab and other specified entities. The evaluation process stipulates that contracts will be awarded to the lowest-priced, technically acceptable offerors, with specifics on how to assess technical acceptability and option pricing. Additionally, there are detailed requirements concerning representations and certifications related to business status, environmental compliance, and restrictions on contracts with entities linked to specific technologies. The structure of the document includes clauses and provisions, evaluations criteria, compliance requirements, and representation forms that must be completed by offerors. The overall aim is to ensure transparency, integrity, and compliance in government contracting processes while providing mechanisms for reporting non-compliance and unethical practices.
    The document outlines the terms and conditions associated with Solicitation 67100PR240000145, incorporating Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) clauses relevant to a government contract. It details mandatory provisions such as maintenance of the System for Award Management, payment terms for small business subcontractors, and conditions for providing commercial items. Key clauses include whistleblower rights for contractor employees, evaluation criteria for bids, and prohibitions against contracting with entities linked to Kaspersky Lab or covered telecommunications equipment from specified companies due to national security concerns. The solicitation emphasizes compliance with various regulations, including those related to forced child labor and telecommunications services. Moreover, it outlines representation requirements concerning small business status, including categories such as veteran-owned and women-owned businesses, and establishes certifications regarding tax delinquency and criminal convictions prior to contract awarding. Overall, the document serves to ensure that contractors meet specified regulatory standards and that the procurement process aligns with government priorities and protective measures.
    The Statement of Work (SOW) outlines the requirements for acquiring an industrial equipment trailer for the Training Center (TRACEN) Cape May Facilities Engineering (FE) Maintenance Branch. The project aims to enhance operational efficiency and maintenance capabilities within the branch. The selected vendor is tasked with delivering a specified model of a trailer, meeting several salient characteristics within 60 days of the contract award. Notable requirements include dimensions, heavy-duty construction features, and safety attributes such as loading assistance and stability. Additional optional features are encouraged to improve functionality. The SOW confirms that the government will not provide any resources to the contractor, who must supply all necessary materials and services. Operations are to occur during weekdays, adhering to set hours. This procurement aligns with federal contracting practices, emphasizing the necessity for reliable equipment in supporting maintenance operations at the facility while adhering to performance standards set forth in government regulations.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Similar Opportunities
    Emergency Response Trailers and Supplies (Amended)
    Active
    Homeland Security, Department Of
    The Department of Homeland Security (DHS), through Customs and Border Protection (CBP), is seeking quotations for the procurement of five Emergency Response Trailers, with a focus on enhancing emergency response capabilities. The procurement is set aside exclusively for small businesses under NAICS code 333924, and bidders are required to comply with the Statement of Work (SOW) while submitting their quotes, a Price Proposal, and a Technical Capability Statement by September 18, 2024. The trailers will be utilized for various operational needs across multiple locations, emphasizing the importance of readiness in emergency situations. Interested vendors should note that the quote due date has been extended to September 23, 2024, and all inquiries must be directed to Colin A. Colgan at colin.a.colgan@cbp.dhs.gov.
    Annual inspections and load testing
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Special Mission Training Center, is seeking qualified small businesses to conduct annual inspections and load testing of equipment. This procurement aims to ensure the maintenance and operational readiness of materials handling equipment, which is critical for the Coast Guard's mission effectiveness. Interested vendors must submit their pricing bids through the Unison Marketplace platform, with the solicitation closing on September 19, 2024, at 11:00 AM Eastern Time. For further inquiries, vendors can contact Marketplace Support at 1.877.933.3243 or via email at marketplacesupport@unisonglobal.com.
    FEMA Accessible Travel Trailers
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, through the Federal Emergency Management Agency (FEMA), is seeking proposals for the procurement of Accessible Travel Trailers under a combined synopsis/solicitation notice. The objective is to provide accessible travel trailers that comply with the Uniform Federal Accessibility Standards and the Architectural Barriers Act Accessibility Standards, specifically designed for disaster survivors, including individuals with disabilities. These trailers will serve as temporary housing solutions during emergencies, enhancing FEMA's capacity to support vulnerable populations in disaster situations. Interested contractors must submit their proposals by September 26, 2024, with a potential contract value of up to $99,932,500 over a five-year period. For further inquiries, contact Ejona Lika at ejona.lika@fema.dhs.gov or Bernetta Burton at bernetta.burton@fema.dhs.gov.
    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.
    TRAILER,BOAT MOVING
    Active
    Dept Of Defense
    The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support Mechanicsburg, is soliciting bids for the procurement of boat moving trailers. The contract requires the manufacture of trailers that meet specific military standards, including compliance with MIL-STD packaging and government source inspection. These trailers are critical for the transportation of naval assets, ensuring operational readiness and logistical efficiency. Interested contractors must submit their quotes electronically to Brian J. Cawley at brian.j.cawley2.civ@us.navy.mil, with a minimum quote expiration of 90 days and the possibility of a contract award that includes an option for increased quantity within 365 days. For further inquiries, potential bidders can contact him at 717-605-1316.
    Tailoring services for accession personnel entering or returning to U.S. Coast Guard military service
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide tailoring services for accession personnel at the Training Center in Cape May, New Jersey. This firm fixed-price contract will encompass fitting, alteration, and garment pressing services for approximately 4,000 trainees annually, ensuring compliance with Coast Guard Uniform Regulations. These services are critical for maintaining uniform standards among active-duty recruits and reservists during their training, reflecting the Coast Guard's commitment to discipline and order. Interested small businesses must submit their proposals by October 11, 2024, at 12:00 PM Eastern Time, and can direct inquiries to Yvonne Green at Yvonne.D.Green@uscg.mil or Melony Y. Suber at melony.y.suber@uscg.mil.
    SCAFFOLDING/CONTAINMENT
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified contractors to provide scaffolding and containment services for the USCG Eagle, with a focus on safety and compliance. The procurement involves erecting scaffolding around the vessel's main mast, ensuring proper weight distribution, and providing fireproof containment for painting operations, all while adhering to OSHA regulations and maintaining structural integrity against wind gusts of up to 60 MPH. This project is crucial for maintaining the operational readiness of the vessel and is scheduled to take place between September 27 and November 1, 2024. Interested vendors must submit their quotes by September 19, 2024, to Erica Perry at erica.l.perry@uscg.mil, and ensure their proposals include engineering drawings stamped by a Professional Engineer.
    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.
    Trailers
    Active
    Dept Of Defense
    The Department of Defense, specifically the Iowa Army National Guard, is seeking quotes for the procurement of 14 trailers and custom trailer wraps under solicitation number W912LP-24-Q-2010. The requirement includes various trailer types, such as three 7’ x 14’ tandem axle trailers, one gooseneck trailer, and ten 7’ x 12’ tandem axle trailers, all designed to meet specific operational needs with features like heavy-duty construction, LED lighting, and hydraulic surge-type brakes. This procurement is crucial for supporting the operational readiness of the Guard, while also providing opportunities for small businesses, as the solicitation is set aside for total small business participation. Interested vendors must submit their proposals, including pricing and compliance documentation, by 10:00 AM central time on September 24, 2024. For further inquiries, vendors can contact Kelsey Letcher at kelsey.l.letcher.civ@army.mil or Megan Kaszinski at megan.r.kaszinski.civ@army.mil.
    Chassis Trailers
    Active
    Dept Of Defense
    The Department of Defense, specifically the U.S. Army Contracting Command – Rock Island, is seeking quotes for the procurement of six chassis trailers designed for the transportation of standard ISO containers (20ft, 40ft, and 45ft). The trailers must meet specific technical specifications, including a length of 46 feet, a width of 108 inches, and a gross vehicle weight rating (GVWR) between 130,000 and 140,000 lbs, ensuring they are suitable for military logistics operations. This procurement is a 100% Small Business Set-Aside, with a firm fixed price order intended for delivery to the Military Ocean Terminal Sunny Point in Southport, North Carolina, by October 15, 2024, with quotes due by September 20, 2024. Interested vendors must be registered in the System for Award Management (SAM) and can direct inquiries to Gene P. Davis at gene.p.davis4.civ@army.mil or Taylor Beam at taylor.d.beam.civ@army.mil.