LOAD CELL, FORCE-WEIGHT
ID: 70Z08525Q40051B00Type: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 2(00085)ALAMEDA, CA, 94501, USA

NAICS

Battery Manufacturing (335910)

PSC

SCALES AND BALANCES (6670)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Apr 1, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 1, 2025, 12:00 AM UTC
  3. 3
    Due Apr 15, 2025, 4:00 PM UTC
Description

The Department of Homeland Security, specifically the U.S. Coast Guard's Surface Forces Logistics Center, is soliciting quotes for the procurement of four Load Cell, Force-Weight units manufactured by Appleton Marine Inc. This Request for Quote (RFQ) #70Z08525Q40051B00 requires bidders to be authorized distributors of Appleton Marine Inc., necessitating the inclusion of a letter of authorization with their submissions. The goods are critical for the operational needs of the Coast Guard, particularly for use on refrigeration ships, and must be delivered by April 4, 2025, with quotes due by April 15, 2025. Interested vendors should contact Gina Baran at gina.m.baran@uscg.mil for further details and ensure compliance with military packaging standards and invoicing through the Integrated Personnel and Pay System (IPP).

Point(s) of Contact
Files
Title
Posted
Apr 1, 2025, 2:04 PM UTC
The document outlines the Federal Acquisition Regulation (FAR) clauses incorporated in contracts under the FAC 2021-07 guidelines, with a focus on commercial items. These clauses dictate essential requirements for contractors, including compliance with specific legal standards and executive orders aimed at safeguarding government interests. Key areas covered include contractor instructions, evaluation criteria, representations, certifications, and conditions for commercial item contracts. The focus on small businesses is evident, with clauses promoting HUBZone and veteran-owned businesses, while shielded measures against prohibited entities are emphasized, such as those related to Kaspersky Lab. The document specifies regulatory obligations regarding equal opportunity for various demographics, child labor restrictions, and labor standards related to service contracts. Moreover, it details procedures for inspecting supplies, payment specifications, and conditions for government termination of contracts for convenience or cause, ensuring liability clarity. Collectively, these guidelines serve to facilitate compliance in federal contracting, contributing to lawful and equitable procurement processes within government contracts.
Apr 1, 2025, 2:04 PM UTC
The document outlines a Request for Quote (RFQ) #70Z08525Q40051B00 issued by the U.S. Coast Guard's Surface Forces Logistics Center for the procurement of four Load Cell, Force-Weight units manufactured by Appleton Marine Inc. Bidders must submit quotes by April 15, 2025, for delivery by April 4, 2025. Only authorized distributors of Appleton Marine Inc. may respond, necessitating a letter of authorization with submissions. The estimated total cost must include shipping to Baltimore, MD, and comply with specific military packaging standards (MIL-STD-2073-1E). All invoicing will transition to electronic processing through the Integrated Personnel and Pay System (IPP). The RFQ aims to establish a Firm Fixed Price Purchase Order with emphasis on competitive pricing, stipulating that all quotes from registered vendors will be considered. The initial delivery date and the packaging requirements underscore the government's commitment to proper material handling and timely supply for the Coast Guard's operational needs.
Lifecycle
Title
Type
LOAD CELL, FORCE-WEIGHT
Currently viewing
Solicitation
Similar Opportunities
VALVE ASSY, DIRECTIONAL CONT
Buyer not available
The U.S. Coast Guard is seeking quotes for a firm-fixed-price contract to procure five directional control valve assemblies. These valves, manufactured by Appleton Marine Inc., are required for SB230-42 cranes and must adhere to specific packaging standards. The Coast Guard emphasizes that only authorized distributors of Appleton Marine Inc. will be considered, and these distributors must include a letter confirming their status within their quotes. The successful vendor will be responsible for delivering the valve assemblies by the deadline of September 15, 2024, packaged according to military standards and labeled as specified. The cost of shipping to a designated location in Maryland must be included in the quoted price. The government reserves the right to reject substitutions without approval and mandates strict compliance with packaging and marking requirements. Prospective vendors must register in the System for Award Management (SAM) and submit their quotes by the deadline, including the requested information outlined in the solicitation. The award will be based on factors such as price, delivery capabilities, and compliance with the rigorous packaging and labeling requirements. This opportunity is a Total Small Business Set-Aside, and the government encourages all responsible small businesses to submit quotes. The contact details for the procurement point of contact are provided in the solicitation document for any clarifications or further information required. The associated files emphasize the regulatory framework surrounding the procurement, outlining numerous clauses that will be integrated into the contract. This includes adherence to labor laws, anti-discrimination policies, and national security protocols. Additionally, the files highlight the government's right to inspect and test the supplies, ensuring compliance with the stringent requirements for merchantable products. Potential vendors should carefully review the solicitation document and ensure they can comply with the detailed packaging and delivery specifications. The focus on compliance and accountability suggests a thorough evaluation process, with the government prioritizing thoroughness and precision in the awarding of the contract.
VESSEL INTERFACE PANEL
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of 30 Vessel Interface Panels, essential components for cutter boats, under solicitation number 70Z04025Q50488B00. The procurement requires the items to be packaged according to military standards and delivered by June 26, 2025, to ensure operational safety and data centralization during missions. The Coast Guard has determined that only Mercury Marine can meet the unique technical specifications necessary for these panels, highlighting the critical nature of this sole-source procurement. Interested vendors must have an active SAM.gov registration and submit their quotes to Yannick Kassi by May 7, 2025, to be considered for this firm fixed-price purchase order.
Weight Bags
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking qualified vendors to supply crane test water weight bags for the USCGC Mackinaw, necessitated by the replacement of damaged and leaking existing bags. The procurement includes two specific models: one with a lifting capacity of 35,000 kg and another with a capacity of 10,000 kg, both equipped with essential accessories to ensure compliance with weight testing protocols as per Maritime Procedure Codes. These water weight bags are critical for maintaining safety standards and operational readiness during crane testing applications. Interested parties should contact Isaiah C. Ragan at isaiah.c.ragan@uscg.mil or call 510-437-5429, with a required delivery date set for May 28, 2024, as part of this total small business set-aside opportunity.
Wire Rope Assembly
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for a Wire Rope Assembly through solicitation number 70Z04025Q60224Y00. The procurement requires a specialized wire rope assembly designed for use on the Syncro Ship Lift at the Coast Guard Yard, with strict adherence to specifications and no substitutions permitted. This equipment is critical for maintaining operational capabilities, with delivery expected to the Surface Forces Logistics Center in Baltimore, Maryland, by May 9, 2025. Interested vendors should direct inquiries to SK2 Tyrone Johnson at TYRONE.W.JOHNSON@USCG.MIL or call 571-613-2506, ensuring compliance with all applicable Federal Acquisition Regulations throughout the bidding process.
EXPANSION CONNECTOR
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of twenty-five Expansion Connectors, a specialized item manufactured by Boulden Company Inc. These connectors are essential for the operational readiness of the 49 BUSL vessel and are required to meet specific performance, fit, form, and function standards that only the original equipment manufacturer can fulfill due to proprietary technical data restrictions. The procurement process adheres to Federal Acquisition Regulation guidelines, emphasizing the importance of ensuring operational capability while exploring future competitive sourcing opportunities. Interested vendors must submit their quotations by May 5, 2025, and can direct inquiries to Yannick Kassi at Yannick.A.Kassi@uscg.mil.
Cable Assembly, Switch E
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of four Cable Assembly, Switch E units, under solicitation number 70Z03825QJ0000255. This requirement includes the potential for an additional nine units within a year of the initial award, emphasizing the need for new, commercially manufactured items that meet specific quality standards. The cable assemblies are critical components for the Coast Guard's aviation logistics operations, ensuring the reliability and functionality of their aircraft systems. Interested vendors must submit their quotations by May 2, 2025, at 2:00 PM EDT, with the anticipated award date around May 8, 2025. For further inquiries, contact Paige Kressley at Paige.E.Kressley@uscg.mil.
Repair of Interface Unit, Data
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking quotations for the repair of Interface Unit, Data, under solicitation number 70Z03825QH0000055. The procurement involves a requirement for three units, with an option to increase the quantity by an additional three units within a year, emphasizing the need for technical expertise and compliance with federal standards. This initiative is crucial for maintaining the operational readiness of essential equipment used by the USCG. Interested vendors must submit their quotations by May 6, 2025, at 12:00 PM Eastern Standard Time, with anticipated award notifications expected around May 9, 2025. For inquiries, contact Angela Watts at Angela.L.Watts@uscg.mil or the procurement office at D05-SMB-LRS-Procurement@uscg.mil.
Rudder Shaft Seal Service Kits "A" & "B"
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard (USCG), is seeking to award a firm-fixed price contract for Rudder Shaft Seal Service Kits "A" and "B" essential for the propulsion and rudder shaft seal systems of the 154’ Patrol Boats (WPCs). The procurement emphasizes the requirement for original equipment manufacturer (OEM) components from Defense Maritime Solutions, Inc., ensuring compatibility and performance, while rejecting non-OEM proposals due to safety and operational integrity concerns. Interested contractors must submit their quotes electronically by April 29, 2025, with delivery of the components required within 120 calendar days after contract award. For further inquiries, interested parties can contact Dana D. Solomon at dana.d.solomon@uscg.mil or by phone at 571-607-5200.
MONITOR, SMART BILGE
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of 10 Smart Bilge Monitors, identified by National Stock Number 2040-01-600-0112. This solicitation aims to establish a firm fixed-price purchase order, ensuring that all items meet military specifications for packaging and preservation, which is critical for maintaining operational readiness and safety in marine environments. Interested vendors must comply with Federal Acquisition Regulation guidelines and submit their quotes by April 28, 2025, with an expected delivery date by November 25, 2025. For further inquiries, potential bidders can contact Jermaine Perkins at Jermaine.T.Perkins@uscg.mil or Daniel J. Nieves at daniel.j.nieves@uscg.mil.
Repair of APU Gen Control Unit
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the repair of Auxiliary Power Unit (APU) Generator Control Units under solicitation number 70Z03825QH0000030. The procurement involves a firm-fixed price purchase order for an initial quantity of four units, with an option to increase the quantity by an additional four units within a year, emphasizing the need for compliance with federal regulations and safety standards. This opportunity is crucial for maintaining operational readiness of Coast Guard aircraft, and interested vendors must submit their quotations by April 30, 2025, to the designated contacts Angela L. Watts and the procurement email provided. The anticipated award date is on or about May 6, 2025.