MDO PLYWOOD - USCG INDUSTRIAL APR 2025
ID: 70Z02925QNEWO106AType: Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDBASE NEW ORLEANS(00029)NEW ORLEANS, LA, 70117, USA

NAICS

Lumber, Plywood, Millwork, and Wood Panel Merchant Wholesalers (423310)

PSC

PLYWOOD AND VENEER (5530)

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 soliciting quotes for the procurement of MDO Fir Exterior Plywood, with a requirement for 924 units measuring 4 ft x 8 ft x 1/2 in. This acquisition is designated as a Total Small Business Set-Aside, emphasizing the importance of supporting small businesses in federal contracting. The plywood will be utilized for various applications within Coast Guard operations, highlighting the critical need for quality materials in maintaining operational readiness. Interested vendors must submit their quotes via email to Robert Henson II by the specified deadline, with the evaluation based on the lowest price, and are reminded to comply with all Federal Acquisition Regulation clauses applicable to commercial items.

    Files
    Title
    Posted
    The document outlines the "Instructions to Offerors for Commercial Products and Services," providing comprehensive guidelines for submitting offers in response to federal RFPs. It specifies pertinent details including NAICS codes, submission requirements, and evaluation criteria for awarded contracts. Offerors are instructed to submit their proposals with essential information such as solicitation numbers, technical descriptions, pricing, acknowledgments of amendments, and past performance references. The document emphasizes deadlines for submissions, acceptable formats, and conditions under which late offers may be considered. Evaluation factors focus on price, technical capability, and past performance, asserting the Government's intent to award contracts without extending negotiation unless deemed necessary. Additionally, it addresses adherence to specific standards and certifications, qualifying small businesses, and the importance of maintaining transparency regarding ownership and tax compliance. The overall objective is to facilitate a fair, competitive process within the framework of federal contracting regulations, ensuring that offers align with government needs while promoting opportunities for small and disadvantaged businesses.
    The document outlines a solicitation for commercial products and services from Women-Owned Small Businesses (WOSB) and details a specific contract opportunity to provide MDO Fir exterior plywood for the U.S. Coast Guard. Key components include requisition and solicitation numbers, offer due date, and contact information for inquiries. The contractor must deliver 924 units of plywood (4 ft x 8 ft x 1/2 in), with a delivery timeline set for 15 days post-award. The procurement is a firm fixed-price offer, emphasizing a competitive evaluation based on the lowest price. Additionally, vendors are required to be registered in Sam.gov and use ipp.gov for payment processing. The document emphasizes compliance with Federal Acquisition Regulation clauses, signifying the structured and regulated nature of government solicitations targeting WOSBs. It reflects ongoing efforts to promote diversity in federal contracting while ensuring service delivery standards are met.
    Lifecycle
    Title
    Type
    Solicitation
    Similar Opportunities
    CANVAS DOOR
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of canvas doors as part of a combined synopsis/solicitation. The requirement includes eight units of a front port side door/panel, identified by NSN 2090-01-649-7499, which must be packaged according to military standards and delivered by February 1, 2026. This procurement is crucial for maintaining operational readiness and ensuring the integrity of marine equipment. Interested vendors must submit their quotes by December 24, 2026, and can direct inquiries to Yannick Kassi at Yannick.A.Kassi@uscg.mil, with all submissions requiring active SAM.Gov registration.
    BERTHING CREW RACK
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard's Surface Forces Logistics Center (SFLC), is seeking quotes for the procurement of 57 Berthing Crew Racks, identified by NSN 7195 01-F18-5525, manufactured by SPEC-BUILT SYSTEMS, INC. This solicitation is a combined synopsis/solicitation for commercial items, and only the original equipment manufacturer or their authorized distributors are eligible to submit quotes, which must include verification of distributor status from the OEM. The items are crucial for the operational readiness of the Coast Guard's 418 FT WMSL vessels, and the delivery of the racks is required by February 18, 2026, with quotes due by December 22, 2025, at 12 PM EST. Interested vendors should contact Gina Baran at gina.m.baran@uscg.mil for further details and ensure compliance with all specified requirements, including military packaging standards and invoicing through ipp.gov.
    WINDOW, MARINE
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking competitive quotations for the procurement of marine windows, identified by NSN 2090-01-477-1571, under solicitation number 70Z08526P40005B00. The requirement includes two units with specific dimensions and electrical specifications, which are critical for marine applications. This procurement is part of the Coast Guard's efforts to maintain and enhance its fleet's operational capabilities, ensuring safety and efficiency in maritime operations. Interested vendors must submit their quotes by December 30, 2025, at 1 PM EST, with a required delivery date of December 25, 2026, and should contact Jermaine Perkins or Daniel J. Nieves for further details.
    SCUTTLE, MARINE
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of marine scuttles, identified by part number 803-1623056, with a total quantity of four units required. These scuttles are critical components for the 210 WMEC Reefer Flat, ensuring operational readiness and safety in marine environments. The contract will be awarded on a Firm Fixed Price basis, utilizing simplified acquisition procedures, with the evaluation based on the lowest price technically acceptable. Interested vendors must submit their quotations via email to Eric Goldstein at Eric.I.Goldstein@uscg.mil by December 23, 2025, at 9:00 AM EST, and must be registered in the System for Award Management (SAM) with a valid DUNS number.
    PARTS KIT SEAL REPLACEMENT
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for a Parts Kit Seal Replacement, which includes a Servo Box Repair Kit essential for the maintenance of 210 A Class vessels. The procurement requires three kits from Propulsion Systems Inc, with strict adherence to packaging, marking, and delivery requirements to ensure compliance and prevent damage during transit. This opportunity is critical for maintaining the operational readiness of the Coast Guard's fleet, and interested vendors must submit their quotes by November 21, 2025, at 10:00 AM EST, while ensuring they meet all specified requirements, including registration with the System for Award Management (SAM). For inquiries, vendors can contact Yvette R. Johnson at YVETTE.R.JOHNSON@USCG.MIL.
    Scaffolding/Containment Services for 154 Foot Fast Response Cutter
    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 a 154-foot Fast Response Cutter at the USCG Yard in Curtis Bay, Maryland. The contractor will be responsible for designing and constructing a fireproof shrink-wrap containment system that can withstand severe weather conditions while allowing full access to the vessel for maintenance and repairs. This procurement is critical for ensuring safety and compliance with OSHA standards during the vessel's maintenance operations. Interested vendors must submit their quotes by January 1, 2026, to Kenneth Palmer at kenneth.t.palmer@uscg.mil, and the project is set to commence on April 12, 2026, with scaffolding completion required within nine days. The contract will be awarded based on best value criteria, including technical requirements and pricing.
    BPA - Lumber, Plywood, Millwork and Wood Panel PSC 5510, 5520, 5530
    Dept Of Defense
    The Department of Defense, through the Naval Surface Warfare Center Indian Head Division (NSWC IHD), is seeking to establish Blanket Purchase Agreements (BPAs) for lumber, plywood, millwork, and wood panel products. This procurement aims to secure standard commercial supplies and services at competitive prices, specifically under the PSC/FSC Codes 5510, 5520, and 5530, which pertain to lumber and related wood materials. The selected vendors will be evaluated based on their past performance, including customer satisfaction and quality of deliverables, with BPAs awarded on a six-month rotation through June 2029. Interested small businesses must submit their documentation and past performance references to Barbara Grinder at barbara.j.grinder.civ@us.navy.mil by April 30 for June awards or by October 31 for December awards.
    Terminal, Ventilation Duct
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotations for the procurement of a Terminal, Ventilation Duct, which is critical for engine room and generator room supply and exhaust systems. The required item includes a fire damper with specific dimensions and packaging requirements, and it must be sourced from Murray Ventilation Products, LLC, as substitute parts are not acceptable. Interested vendors must ensure compliance with stringent packaging and marking standards, and submit their quotations by December 5, 2025, at 10:00 AM Eastern Standard Time, to be considered for this Firm Fixed Price Contract. For further inquiries, potential offerors can contact Donna Scandaliato at 410-762-6259 or via email at DONNA.M.SCANDALIATO@USCG.MIL.
    MTU QL3 PARTS
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is seeking quotes for the procurement of genuine MTU QL3 parts through a combined synopsis/solicitation process. The requirement includes a variety of OEM-certified components such as O-rings, gaskets, filters, and other essential engine parts, which must be delivered to the Coast Guard Yard in Baltimore, MD, by February 1, 2026. This procurement is critical for maintaining the operational readiness of the Coast Guard's fleet, ensuring that all parts meet stringent quality and labeling standards. Interested vendors must submit their quotations by the specified deadline and ensure they are registered in SAM.gov, with all deliveries required to be made by January 20, 2026. For further inquiries, vendors can contact Erica Gibbs at ERICA.L.GIBBS@USCG.MIL or by phone at 206-815-5371.
    PLASTIC SHEET 40 FT X 100 FT ROLLS/GRIFFOLYN T-75
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Maritime - Norfolk), is seeking quotes for the procurement of 12 rolls of fire-retardant, reinforced plastic sheets measuring 40 FT x 100 FT, specifically the Griffolyn T-75 product. This requirement is part of a Combined Synopsis/Solicitation (RFQ NUMBER: SPMYM126Q4009) and is aimed at fulfilling essential material needs for defense operations. Interested vendors must be registered in the System for Award Management (SAM) and submit their quotes by December 23, 2025, at 12:00 PM EST, with evaluations based on technical acceptability and price reasonableness. For inquiries, vendors can contact Sheree McDonnell at sheree.mcdonnell@dla.mil or by phone at 757-375-9313.