Closed Solicitation · DEPARTMENT OF HOMELAND SECURITY

    PARTS KIT, SEAL REPLACEMENT

    Sol. 70Z08025QTY070Combined Synopsis/SolicitationSet-aside: Total Small Business Set-Aside (FAR 19.5)NORFOLK, VA
    Closed
    STATUS
    Closed
    closed May 23, 2025
    POSTED
    May 16, 2025
    Publication date
    NAICS CODE
    333998
    Primary industry classification
    PSC CODE
    5330
    Product & service classification

    AI Summary

    The U.S. Coast Guard is seeking quotations for a Parts Kit, Seal Replacement, specifically NSN: 5330-01-540-8361, with a quantity of 100 kits. Each kit must be individually packaged per military standards, and standard commercial packaging is unacceptable. The deadline for quotes is May 23, 2025, at 10:00 AM EST. Bidders must be registered with SAM and provide a valid DUNS number. The contract will be awarded based on the lowest price technically acceptable.

    Contract details

    Solicitation No.
    70Z08025QTY070
    Notice Type
    Combined Synopsis/Solicitation
    Set-Aside
    Total Small Business Set-Aside (FAR 19.5)
    Posted Date
    May 16, 2025
    Response Deadline
    May 23, 2025
    NAICS Code
    333998AI guide
    PSC / Class Code
    5330
    Contract Code
    7008
    Sub-Agency
    US COAST GUARD
    Primary Contact
    DONNA SCANDALIATO
    State
    VA
    ZIP Code
    23510
    AI Product/Service
    product

    Description

    The United States Coast Guard Surface Forces Logistics Center has an requirement and requesting quotations for the following parts: Item 1) NSN: 5330-01-540-8361 PARTS KIT, SEAL REPLACEMENT GASKET AND SEAL SET 90C02-3792-10. EACH GASKET AND SEAL SET SHALL BE INDIVIDUALLY PACKAGED AND MARKED AS NSN: 5330-01-540-8361, GASKET AND SEAL SET. PACKAGE IAW MIL-STD-2073-1E, METHOD 10, MARK IAW MIL-STD-129R, BARCODE 39 FORMAT MFG: CARRIER TRANSICOLD CO. PN: 90C02-3792-10 QTY: 100 KT *****STANDARD COMMERCIAL PACKAGING IS UNACCEPTABLE, IF YOU CANNOT MEET THE COAST GUARDS PACKAGING REQUIREMENTS YOUR QUOTE WILL NOT BE ACCEPTED. ***** Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore MD 21126, Mark for: Receiving Room Bldg. 88. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2025-03 (Jan 17, 2025) and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested, and a written solicitation will not be issued. The NAICS code for this solicitation is 333998 and the business size standard is 700. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.106. The U.S. Coast Guard intends to award on an all or none basis to a responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government. Award will be lowest price technically acceptable. The Coast Guard intends to award on a Firm Fixed Price Contract. All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with SYSTEMS FOR AWARD MANAGEMENT (www.sam.gov) and shall provide the company Tax Information Number with their offer. The closing date and time for receipt of quote is May 23, 2025, at 10:00 AM Eastern Standard Time OFFERORS MUST SUBMIT THE FOLLOWING INFORMATION ON THEIR QUOTE: Disclosure: The offeror under this solicitation represents that [Check one]: __ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73; __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or __it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submit a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal __HSAR 3052.209-70 Prohibition on contracts with corporate expatriates (June 2006) (End of provision) The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (Sep 2023); FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (May 2024) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.aquisition.gov ; FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Nov 2024). The following clauses listed within FAR: 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note) The following clauses listed within 52.212-5 are applicable: FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Jun 2020, with Alternate I (Nov 2021) FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Mar 2020) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (June 2020) 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (June 2020) (31 U.S.C. 6101 note). FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2022)(15 U.S.C. 644). FAR 52.219-28, Post Award Small Business Program representation (Feb 2024)(15 U.S.C. 632(a)(2) FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2024) (E.O. 13126) FAR 52.222-21, Prohibition of Segregated Facilities (April 2015) FAR 52.222-50, Combat Trafficking in Persons (Nov 2021)(22 U.S.C. chapter 78 and E.O. 13627) FAR 52.225-1 Buy American Act-Supplies (Oct 2022) FAR 52.225-3, Buy American Act-Free Trade Agreement (Nov 2023)(41 U.S.C. 10a-10d) FAR 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018)(31 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: Copies of HSAR clauses may be obtained electronically at www.dhs.gov. CGAP 3042.302-90 Valuation Requirements for the Acquisition of Spare Parts Purchased for Inventory Control Points from HQ Contracts (OCT 2008). Copies of CGAP clauses may be obtained electronically at: www.uscg.mil/acquisition/procurement/pdf/CIM_4200_19H.pdf

    Key dates

    1. May 16, 2025Posted Date
    2. May 23, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    PARTS KIT, SEAL REPLACEMENT 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.