LIGHT WARNING
ID: 70Z08025QCV205Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDSFLC PROCUREMENT BRANCH 1(00080)NORFOLK, VA, 23510, USA

NAICS

All Other Miscellaneous General Purpose Machinery Manufacturing (333998)

PSC

ELECTRIC VEHICULAR LIGHTS AND FIXTURES (6220)
Timeline
  1. 1
    Posted Apr 2, 2025, 12:00 AM UTC
  2. 2
    Updated Apr 2, 2025, 12:00 AM UTC
  3. 3
    Due Apr 5, 2025, 2:00 PM UTC
Description

The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of 20 units of the LIGHT WARNING part # 371DST-120B-FS BLUE STROBE LIGHT, which is essential for operational safety and visibility. The items must be individually preserved and packaged according to military standards, ensuring protection during shipment and storage, as outlined in MIL-STD-2073-1E. This procurement is anticipated to be a non-competitive sole source purchase, with the contract awarded on a Firm Fixed Price basis to the lowest price technically acceptable offeror. Interested vendors must submit their quotations by April 8, 2025, at 10:00 am EST, and can contact Donna Scandaliato at DONNA.M.SCANDALIATO@USCG.MIL for further information.

Point(s) of Contact
Files
Title
Posted
Apr 2, 2025, 3:06 PM UTC
Apr 2, 2025, 3:06 PM UTC
The document outlines the Federal Acquisition Regulation (FAR) clause 52.252-2, which incorporates various clauses by reference into contracts, establishing compliance obligations for contractors. Key clauses highlighted include representations regarding certain telecommunications and video surveillance services, instructions to offerors, and evaluation standards for commercial items. Additional clauses enforce compliance with federal laws and executive orders concerning commercial products and services, including prohibitions on specific telecommunications and video surveillance equipment from entities like Kaspersky Lab and various foreign companies. The structure consists of the main FAR clause followed by a detailed list of incorporated clauses, each with specific compliance requirements. This document is crucial in the context of government RFPs and grants as it ensures that contractors adhere to legal and security standards while promoting transparency and accountability in federal procurements. By incorporating these clauses, the government aims to mitigate risks associated with technology and service procurement, ensuring adherence to ethical and legal standards throughout the contracting process.
Apr 2, 2025, 3:06 PM UTC
The "Packaging and Marking Guide for DoD" outlines the requirements and best practices for packaging and marking items under U.S. Department of Defense (DoD) contracts. Originally compiled by Ted Hollanders and revised by the DCMAO-LSP Packaging Group, this guide is not a formal DoD regulation but serves as an informative resource for familiarization. It includes essential sections detailing where to find packaging requirements in solicitations and contracts, guidelines for hazardous materials, and standards for military and commercial packaging methods. Key standards referenced include MIL-STD-2073-1E for military packaging practices and ASTM D3951 for commercial packaging. The document details procedures for the preservation and packing of items to ensure they are adequately protected during shipment and storage. Additionally, it emphasizes compliance with packaging codes, inspection provisions, and marking requirements, particularly for hazardous materials. This comprehensive guide aims to assist contractors in understanding their packaging responsibilities and ensuring adherence to applicable standards in the context of federal and local government contracts.
Lifecycle
Title
Type
LIGHT WARNING
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
KIT, UPGRADE, THRUSTER DRIVE C
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Surface Forces Logistics Center, is seeking quotes for the procurement of ten "KIT, UPGRADE, THRUSTER DRIVE C" units. This solicitation requires vendors to adhere to strict specifications regarding delivery, packaging, and labeling, with a mandatory delivery date set for April 25, 2025, and no substitutions allowed without prior approval. The goods are essential for maintaining operational capabilities within the Coast Guard fleet, emphasizing the importance of compliance with military packaging standards and quality assurance protocols. Interested vendors must submit their quotes by April 30, 2025, and ensure they are registered in SAM.gov; for further inquiries, they can contact Daniel J. Nieves or Stephanie Garity via the provided email addresses.
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.
Purchase ELT Beacon Tester w/ First Article
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard's Aviation Logistics Center, is seeking qualified small businesses to provide ELT Beacon Testers, with a focus on the brand name WS Technologies Inc. model BT200-2100B. The procurement includes a total of 45 units, comprising five First Article units and 40 production units, with a requirement for compliance with specific technical and safety standards for Emergency Locator Transmitter (ELT) maintenance across U.S. Coast Guard airframes. Interested vendors must submit their quotations by April 28, 2025, with the anticipated award date set for May 1, 2025; all submissions should be directed to Jordan Ownley via email at samuel.j.ownley2@uscg.mil, referencing solicitation number 70Z03825QE0000026.
62--LIGHT,WARNING
Buyer not available
The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of Light, Warning (NSN 6210012796221) with a requirement for seven units. This solicitation may lead to an Indefinite Delivery Contract (IDC) with a one-year term or until the total orders reach $250,000, with an estimated four orders per year and a guaranteed minimum quantity of one. The lighting fixtures are critical for various applications within military operations, and items will be shipped to multiple CONUS and OCONUS DLA depots. Interested vendors must submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, with the solicitation available on the DLA's DIBBS website.
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.
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.
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.
99--FIXED LIGHT ASSY
Buyer not available
The Department of Defense, specifically the Department of the Navy through NAVSUP Weapon Systems Support, is seeking to procure a Fixed Light Assembly (NSN 3H-9999-LLCYC4162) under a presolicitation notice. The procurement involves a quantity of one unit, with delivery terms set to FOB Origin, and the government has determined that it is uneconomical to acquire the data or rights necessary for purchasing or contracting repair from additional sources. This assembly is critical for military operations, and the government intends to negotiate with only one source under FAR 6.302-1, although all responsible sources may express their interest and capability to fulfill the requirement. Interested parties should contact Prabit Dhital at (717) 605-4358 or via email at PRABIT.DHITAL.CIV@US.NAVY.MIL, and proposals must be submitted within 45 days of the notice publication.
VARIOUS ELECTRICAL HARDWARE AND SUPPLIES
Buyer not available
The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for various electrical hardware and supplies through a combined synopsis/solicitation. The procurement includes items such as circuit breakers, connectors, lugs, and relays, which are essential for maintaining operational readiness and safety in Coast Guard operations. Interested vendors must provide their quotations by the specified deadline, ensuring compliance with federal regulations, including registration in SAM.gov and adherence to packaging and delivery requirements. For further inquiries, vendors can contact Erica Gibbs at ERICA.L.GIBBS@USCG.MIL, with all deliveries required by September 22, 2025.
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.