Manufacture and Delivery ½ inch (nominal diameter), Type I, General Purpose, Class 2, 6x19 wire rope for various U.S. Coast Guard Units and Cutters
ID: 70Z08424QWOPL0002Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDDOL-9NORFOLK, VA, 23510, USA

NAICS

Other Fabricated Wire Product Manufacturing (332618)

PSC

FITTINGS FOR ROPE, CABLE, AND CHAIN (4030)

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 proposals for the manufacture and delivery of ½ inch (nominal diameter), Type I, General Purpose, Class 2, 6x19 wire rope for various Coast Guard units and cutters. This procurement aims to establish an Indefinite Delivery Indefinite Quantity (IDIQ) contract with firm-fixed delivery orders, ensuring the supply of essential wire rope in compliance with Federal Specification RR-W-410H. The contract will cover a Base Period from September 20, 2024, to September 19, 2025, with two optional periods extending through September 2027. Interested small businesses must submit their proposals by 3:00 PM Eastern on September 11, 2024, to Barbara T. Spruill at barbara.t.spruill@uscg.mil, and are encouraged to review all attached documents for detailed requirements and specifications.

    Point(s) of Contact
    Files
    Title
    Posted
    The document is an amendment to solicitation number 70Z08424QWOPL0002, issued by the USCG-LOG-95 in Norfolk, VA. Effective from September 4, 2024, this amendment provides responses to contractor inquiries related to a procurement for 1/2 inch (nominal diameter) type I, general purpose, class 2, 6x19 wire rope. Key information pertains to minimum order quantities, specifications for finishing and fabrication, restrictions on country of origin for materials, and specific wire rope details, such as types and quantities. The due date for proposals remains unchanged. Contractors must acknowledge receipt of the amendment to prevent offer rejection. Overall, the amendment clarifies requirements and expectations for potential bidders, ensuring alignment with federal procurement guidelines while maintaining the integrity of the procurement process. The solicitation adheres to the Trade Agreements Act (TAA) requirements, emphasizing the necessity for a domestic end product or products from designated countries as defined in applicable FAR clauses.
    The document outlines the terms and conditions for a government contract, detailing the rights and responsibilities of the Contractor and the Government. It includes clauses addressing inspection and acceptance of goods, assignment of rights, changes to contract terms, dispute resolution, and compliance with laws. Key provisions cover issues such as payment processes, warranty, indemnity related to patent infringement, and the limitations of liability. Particularly notable are clauses concerning the Contractor's performance evaluations, allowing for assessments during the contract term, and the economic price adjustment related to steel prices. The Government reserves the right to terminate the contract for convenience or cause, establishing procedures for both scenarios. Additionally, the document mandates safeguarding of covered contractor information systems and includes specific prohibitions on contracting for hardware/software from entities like Kaspersky Lab. Overall, this document is vital for ensuring adherence to federal regulations and practices within government procurement processes, emphasizing accountability, compliance, and quality assurance in contracts. Its complexity reflects the intricate nature of federal contracting as it integrates commercial considerations with stringent legal requirements.
    The document details the price schedule for a federal Request for Proposal (RFP) soliciting bids for the fabrication and delivery of wire rope for the U.S. Coast Guard (USCG) at various locations over three contract periods: a Base Period (September 2024 to September 2025) and two Options (September 2025 to September 2026, and September 2026 to September 2027). Each contract line item number (CLIN) corresponds to specific USCG vessels and teams across multiple states, with quantities and estimated amounts listed, though the unit prices remain unspecified in the document. The total estimated contract value is listed as $0.00 at this stage, indicating that bids have yet to be submitted or evaluated, likely due to an ongoing proposal process. The structured format of the schedule facilitates clarity, allowing potential bidders to easily reference the requirements for each period and location. The document reflects the government’s intention to procure necessary supplies while adhering to federal contracting procedures. Overall, this RFP serves as an opportunity for businesses to engage with government contracts and support the logistical needs of the USCG.
    The document outlines the delivery destinations for various U.S. Coast Guard Cutters (WLR class) and support facilities, providing contact information for officers in charge at each location. It lists numerous operational facilities (OPFACs) across several states, including Kentucky, Louisiana, Tennessee, Pennsylvania, Missouri, Arkansas, Mississippi, Illinois, and Iowa. Each entry details the name of the cutter, its designated officer in charge, complete address, and phone number. This structured outline serves as a reference for logistics related to federal operations, emphasizing coordination and communication within the U.S. Coast Guard's transport and support framework. The document is part of a broader government Request for Proposals (RFP) framework, supporting federal projects by identifying necessary delivery points for materials and services critical to maintaining operational readiness. The clear presentation ensures easy access to essential contact points, reflecting the systematic approach necessary for effective federal operations management.
    The document outlines the Federal Specification RR-W-410H for wire rope and strand ideal for federal agency use. It covers the scope, classification, material requirements, mechanical properties, and fabrication details of various wire ropes and strands, emphasizing common types suitable for government applications. The specification categorizes wire ropes into types such as general-purpose, elevator, marine, and miscellaneous while elaborating on subclasses defined by construction techniques. Materials must meet standards like carbon steel, corrosion-resistant steel, or phosphor bronze, ensuring manufacturing quality and operational effectiveness. Each type of wire rope has distinct definitions, tensile strength specifications, and construction processes, aimed at establishing uniformity and reliability in government procurement. Moreover, it encourages the use of recovered materials in accordance with federal regulations. The document serves as a critical reference in the context of government RFPs and grants, fostering compliance and standardization across federal contracts, thus reaffirming reliability in safety and performance for products used in federal operations.
    The document is a Material Inspection Acceptance and Receiving Report from the Department of Homeland Security (DHS). It outlines the inspection process of materials and services delivered under various contracts, detailing the inspection outcomes of items either accepted or rejected for conformance to contract requirements. Key sections include the contractor and manufacturer information, inspection dates, quantities ordered, received, accepted, and rejected, along with the location of delivery. The report underscores the importance of quality assurance, as items marked as accepted can be delivered while those marked rejected remain undeliverable unless otherwise authorized. Inspectors sign and date the report, confirming the inspection and acceptance status. This document is essential for ensuring compliance and accountability in government contracts related to federal and state procurement processes.
    The Past Performance Questionnaire (PPQ) is a crucial document utilized by the U.S. Coast Guard to assess a contractor's previous performance in relation to a solicitation. The contractor identifies references who are expected to provide insights into their performance on past contracts. This questionnaire must be completed by someone knowledgeable about the contractor's work and submitted directly to the Coast Guard. The PPQ seeks specific information about the contractor, including the nature of the previous contract, pricing structure, performance complexity, and more. Evaluators are instructed to assess and rate the contractor in five key areas: Quality of Product or Service, Schedule Adherence, Cost Control, Business Relations, and Management of Key Personnel, using ratings of 'Satisfactory' or 'Unsatisfactory.' Each section allows evaluators to offer comments to support their ratings. Finally, evaluators are asked whether they would award another contract to the contractor, summarizing their overall impression. The document serves as a tool to ensure the Coast Guard engages contractors with a solid track record, ultimately safeguarding the integrity of operations within the Department of Homeland Security.
    The document is a solicitation form for federal procurement of commercial products and services. It requires contractors to complete specific blocks, including contract number, award date, and details about the solicitation. The form includes essential information such as solicitation number, issue date, offer due date, and whether the acquisition is unrestricted or set aside for specific types of small businesses. It outlines the method of solicitation (e.g., Request for Proposal) and includes provisions related to payment, delivery, and quantity of supplies or services. The main purpose of the document is to facilitate the procurement process by standardizing information required from offerors, ensuring compliance with federal acquisition regulations. It underscores the importance of contractor registration and adherence to defined terms and conditions. The form emphasizes that contractors must sign and return copies to the issuing office to validate their commitment to fulfilling the requirements set forth. Overall, this document is a critical element in the contracting process for federal agencies, aimed at acquiring necessary goods and services efficiently and transparently.
    The document outlines the specifications and delivery requirements for a contract to supply ½ inch Type I wire rope as per Federal Specification RR-W-410H. The contractor is tasked with fabricating and delivering 600 feet of pre-formed, right regular lay, improved plow steel wire rope on standard two-ply wooden reels, shipped without protective lubricant. Delivery must occur on weekdays during specified hours, with the contractor required to notify the Government 48 hours in advance for offloading at designated locations. Shipments must be clearly marked with contract details, and adhere to packaging guidelines to prevent damage. The detailed requirements ensure compliance with federal standards and emphasize the importance of proper logistics throughout the shipping process.
    Similar Opportunities
    40--WIRE ROPE ASSEMBLY,
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Land and Maritime), is seeking quotes for the procurement of wire rope assemblies, specifically NSN 4010015004204. The requirement includes a quantity of 9 units to be delivered to DLA Distribution Jacksonville within 168 days after order placement. These wire rope assemblies are critical components used in various military applications, ensuring operational readiness and safety. Interested vendors are encouraged to submit their quotes electronically, and any inquiries should be directed to the buyer via email at DibbsBSM@dla.mil, as hard copies of the solicitation will not be available.
    WIRE ROPE ASSEMBLY; HOWITZER, M109 SERIES
    Active
    Dept Of Defense
    The US Department of Defense, through its Defense Logistics Agency, seeks suppliers for a critical Wire Rope Assembly component used in the M109 Howitzer series. This is a Historically Underutilized Business Zone Small Business Set-Aside procurement with a 5-year contract value of up to $2.5 million. The solicitation, available from DLA Internet Bid Board System, requires completion and submission by fax or through DIBBS. Key dates are the solicitation issue date of August 28, 2024, and the closing date of September 27, 2024. Contact Dorothy Ferebee for more information.
    40--ROPE,WIRE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of wire rope, specifically NSN 4010001426341, under a Combined Synopsis/Solicitation notice. The requirement includes a quantity of 18 units to be delivered to DLA Distribution San Joaquin within 169 days after order placement. This procurement is critical for maintaining operational readiness and support for military logistics, as the wire rope is essential for various applications within defense operations. Interested vendors, particularly those classified as Historically Underutilized Businesses (HUBZone), are encouraged to submit their quotes electronically, with all inquiries directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    WIRE ROPE ASSEMBLY; FMTV
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking proposals for the procurement of Wire Rope Assembly for the Family of Medium and Light Tactical Vehicles (FMTV). This opportunity is specifically set aside for Historically Underutilized Business Zone (HUBZone) Small Business concerns, with an estimated annual quantity of 108 units over a five-year contract term. The contract will require delivery within 163 days after receipt of order, and proposals must be submitted by fax to the designated number. The solicitation is expected to be issued around September 27, 2024, with a closing date on or about October 28, 2024. Interested parties can obtain the solicitation documents via the DLA Internet Bid Board System and should direct any inquiries to Dorothy Ferebee at Dorothy.Ferebee@dla.mil or by phone at 804-279-3540.
    MOORING LINES
    Active
    Dept Of Defense
    The Department of Defense, through the Naval Supply Systems Command (NAVSUP) Fleet Logistics Center Norfolk, is seeking quotes for the procurement of 350 dockline and chafe gear units, specifically designed as mooring lines. The solicitation is exclusively set aside for small businesses and adheres to the Federal Acquisition Regulation (FAR) and Defense Federal Acquisition Regulation Supplement (DFARS) guidelines. These mooring lines are critical for ensuring the safe docking of naval vessels, featuring double-braid nylon construction and chafe protection for durability. Interested vendors must submit their written quotes by September 17, 2024, at 12 PM EST, via the designated email contacts provided in the solicitation. For further inquiries, vendors can reach out to Brittany Howerin at brittany.d.howerin.civ@us.navy.mil or Amber Geusic at amber.geusic@navy.mil.
    40--ROPE,WIRE
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of wire rope, specifically NSN 4010016720659, with a quantity of 16 units to be delivered to DLA Distribution San Diego. This solicitation is part of a Combined Synopsis/Solicitation and is critical for maintaining operational readiness within military logistics. Interested vendors are required to submit their quotes electronically, as hard copies will not be available, and all submissions must be received within the specified timeframe. For inquiries regarding this solicitation, potential bidders can contact the buyer via email at DibbsBSM@dla.mil, and further details can be accessed through the DIBBS website.
    Tow Cables RFP (N6449824R0050)
    Active
    Dept Of Defense
    The U.S. Navy is issuing a solicitation for specialized cable assemblies required for propulsion and power systems in its naval vessels. These assemblies, which are subject to rigorous testing standards, are essential to the Navy's operations. The work scope involves the fabrication and delivery of two distinct types of assemblies, namely OHIO and COLUMBIA. The OHIO variant consists of eight conductor elements, while the COLUMBIA variant has nine. Each type has specific requirements and length variations, including prototype and production units. The prototypes are required to be 10' and 1,500' long for OHIO, and 10' and 1,350' for COLUMBIA. The selected contractor will be responsible for developing precise manufacturing and testing plans, with a focus on quality assurance. They must also carry out first article testing before entering the production phase. Key deliverables include the cable assemblies, along with detailed testing and quality assurance documentation. The Navy anticipates ordering a minimum of 10 assemblies, with a potential maximum of 65 over a three-year period. Applicants for this firm-fixed-price contract should possess the capabilities to meet the technical requirements and will be evaluated based on their expertise and pricing. The submission deadline is August 9th, 2024, and the Navy aims to award the contract by July 10th, 2024. For clarification or further information, interested parties can contact Emily McNeill at emily.g.mcneill2.civ@us.navy.mil or Anthony V. Ricciardi at Anthony.V.Ricciardi2.civ@us.navy.mil, phone: 4452270100.
    40--WIRE ROPE ASSEMBLY,
    Active
    Dept Of Defense
    The Department of Defense, through the Defense Logistics Agency (DLA Aviation), is seeking quotes for the procurement of a Wire Rope Assembly, specifically NSN 4010000729176. The requirement includes a quantity of 232 units to be delivered to the DLA Distribution Depot in Oklahoma within 483 days after the order is placed. Wire rope assemblies are critical components used in various military applications, ensuring safety and reliability in operations. Interested vendors must submit their quotes electronically, as hard copies will not be available, and any inquiries should be directed to the buyer via the provided email address, DibbsBSM@dla.mil.
    GEARBOX, WINCH
    Active
    Homeland Security, Department Of
    The Department of Homeland Security, specifically the U.S. Coast Guard, is soliciting quotes for the procurement of two gearbox units for a winch under Request for Quote 70Z08524Q40213B00. The procurement requires adherence to specific nomenclature, part numbers, and packaging standards to ensure the units can withstand two years of storage. These gearboxes are critical components for the operational readiness of Coast Guard equipment, emphasizing the importance of compliance with military specifications and quality assurance. Interested vendors must be registered in the SAM database and submit their quotes by September 17, 2024, at 1 PM EST, with delivery expected by January 30, 2025. For further inquiries, vendors can contact Jermaine Perkins at Jermaine.T.Perkins@uscg.mil or Daniel J. Nieves at daniel.j.nieves@uscg.mil.
    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.