Closed Solicitation · DEPARTMENT OF HOMELAND SECURITY

    FIRE & SAFETY ITEMS

    Sol. 2125405B3000AE029Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)BALTIMORE, MD
    Closed
    STATUS
    Closed
    closed Aug 20, 2025
    POSTED
    Aug 8, 2025
    Publication date
    NAICS CODE
    336611
    Primary industry classification
    PSC CODE
    4210
    Product & service classification

    AI Summary

    The U.S. Coast Guard is seeking quotations for fire safety items, including fire extinguishers, heat detectors, and smoke alarms. This opportunity is set aside for small businesses and requires delivery by October 17, 2025. Interested vendors must submit their quotes by August 20, 2025, at 12 p.m. EST.

    Contract details

    Solicitation No.
    2125405B3000AE029
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    August 8, 2025
    Response Deadline
    August 20, 2025
    NAICS Code
    336611AI guide
    PSC / Class Code
    4210
    Sub-Agency
    US COAST GUARD
    Primary Contact
    Brandie R Dunnigan
    State
    MD
    ZIP Code
    21226
    AI Product/Service
    both

    Description

    1. This is a combined synopsis/solicitation for commercial item contract, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued.
    2. Solicitation number 2125405B3000AE029 applies, and is issued as a Request for Quotation.
    3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02(FEB 2023).
    4. This procurement is 100% set aside for small business. The North American Industry Classification System (NAICS) code is 336611 and the business size standard is 1000 PPL. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. 
    1. All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency Companies must be registered with System for Award Management (SAM) @ www.sam.gov and shall provide the company SAM ID & Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is _AUGUST 20 , 2025_, at _12_ p.m. Eastern Standard Time.

                       ITEM 0001 –  NSN 4210 01-700-3926

    EXTINGUISHER,FIRE

    OBTAINED QUOTE FIREBOY-XINTEX, FIREBOY MA2,

    HFC-227 EA

    MFG NAME: FIREBOY-XINTEX INC

    PART_NBR: FIREBOY MA2, HFC-227EA

                       Quantity: 10  EA                   Delivery date:  10/17/2025

            UNIT PRICE:_______________   TOTAL: _____________

                       ITEM 0002 –  NSN 5995 01-700-5355

    DISCHARGE CABLE

    MFG NAME: FIREBOY-XINTEX INC

    PART_NBR: E-4209-26

                       Quantity:  20  EA                   Delivery date:  10/17/2025

            UNIT PRICE:_______________   TOTAL: _____________

                       ITEM 0003 –  NSN 6350 01-699-4968

    DETECTOR,HEAT

    HEAT DETECTOR, OBTAINED QUOTE FROM FIREBOYXINTEX,

    THE AP65

    SERIES SMOKE DETECTOR

    ARE DISCONTINUED. THE ORBIS MODEL QUOTED IS THE

    DIRECT

    REPLACMENT NEW P/N IS OMHD-

    04-DB-R.

    MFG NAME: FIREBOY-XINTEX INC

    PART_NBR: OMHD-04-DB-R

                       Quantity:  50  EA                   Delivery date:  10/17/2025

            UNIT PRICE:_______________   TOTAL: _____________

                       ITEM 0004 –  NSN 6350 01-721-6240

    ALARM,SMOKE,AUTOMATIC

    ORBIS DETECTOR/BASE, OPTICAL SMOKE

    MFG NAME: FIREBOY-XINTEX INC

    PART_NBR: OMSD-01-DB-R

                       Quantity:  20  EA                   Delivery date:  10/17/2025

            UNIT PRICE:_______________   TOTAL: _____________

    1. Place of Delivery is: USCG YARD, 2401 Hawkins Point Road, Bldg 88,  Baltimore, MD 21226.                        

     **** Please quote prices FOB Destination. ****

    1. The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (MAR 2023).                      1.  Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information:                                                                                                           a) company’s complete mailing and remittance addresses,                                  b) discounts for prompt payment if applicable                                                  c) cage code,                                                                                                      d) SAMs Unique Entity ID,  

    e) Taxpayer ID number.                                                                                 

        1.  Offerors shall agree to the delivery condition by the government.

    Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer.  

    1. 52.212-2 Evaluation-Commercial Items (OCT 2014). – Delivery, pricing and relevant past performance are the evaluation factors.  This is a commercial item acquisition.  Award will be made to lowest cost technically acceptable.  All evaluation factors will be considered as DELIVERY is as important as cost. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the lowest cost technically acceptable and meeting our PDD.  The evaluation and award procedures in FAR 13.106 apply.
    2. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (OCT 2018) with Alt 1 included are to be submitted with your offers. 
    3. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (DEC 2022) applies to this acquisition.
    4. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (MAR 2023).  The following clauses listed in 52.212-5 are incorporated:
      1. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards  (JUN 2020) (Pub.L. 109-282)(31 U.S.C. 6101 note).
      2. 52.204-13, System for Award Management Registration (OCT 2018)
      3. 52.219-6, Notice of Total Small Business Aside (Nov 2020) (15 U.S.C. 644).
      4. 52.219-28, Post Award Small Business Program Rerepresentation (MAR 2023) (15 U.S.C. 632 (a)(2).
      5. 52.222-3 Convict labor (June 2003) (E.O. 11755)
      6. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (JAN 2018) (EO 11755)
      7. 52.222-26 Equal Opportunity (SEP 2016)(E.O. 11246)  
      8. 52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).
      9. 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627)
      10. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).
      11. 52.225-1, Buy American-Supplies (OCT 2022) (41 U.S.C. chapter 83)
      12. 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
      13. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2018)(31.S.C. 3332). 
      14. 52.222-41, Service Contract Act of 1965 (AUG 2018) (41 U.S.C. 351, et seq.).
      15. 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.).
      16. 52.233-3 Protest after award (Aug. 1996.)
      17. 52.233-4 Applicable Law for Breach of Contract Chain (Oct.2004).
    1. Defense Priorities and Allocations System (DPAS): N/A
    2. QUOTES ARE DUE BY 12:00 PM EST on 20 AUGUST 2025. Quotes may be emailed to Brandie.r.dunnigan@uscg.mil      
    3. POC is Brandie Dunnigan, Procurement Agent, 571-607-2369.

    Key dates

    1. August 8, 2025Posted Date
    2. August 20, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    FIRE & SAFETY ITEMS is a federal acquisition solicitation issued by DEPARTMENT OF HOMELAND SECURITY. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.

    SamSearch Platform

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.