Closed Solicitation · DEPARTMENT OF HOMELAND SECURITY

    PROCESSOR FLIGHT INFO

    Sol. 70Z08025QZB050Combined Synopsis/SolicitationNORFOLK, VA
    Closed
    STATUS
    Closed
    closed Sep 2, 2025
    POSTED
    Aug 27, 2025
    Publication date
    NAICS CODE
    334412
    Primary industry classification
    PSC CODE
    6610
    Product & service classification

    AI Summary

    The U.S. Coast Guard is seeking quotations for 10 units of a circuit card assembly for the control console in the engine room of vessel class WPC 154. The delivery is required by September 28, 2025, and must meet specific packaging requirements. Interested vendors should submit their quotes by September 2, 2025, at 12 PM EST.

    Contract details

    Solicitation No.
    70Z08025QZB050
    Notice Type
    Combined Synopsis/Solicitation
    Posted Date
    August 27, 2025
    Response Deadline
    September 2, 2025
    NAICS Code
    334412AI guide
    PSC / Class Code
    6610
    Sub-Agency
    US COAST GUARD
    Primary Contact
    NINA CROSBY
    State
    VA
    ZIP Code
    23510
    AI Product/Service
    product

    Description

    The United States Coast Guard Surface Forces Logistics Center has a requirement and requesting quotations for the following

    10 EACH

    6610 12-405-3698

    PROCESSOR FLIGHT INFORMATION

    VESSEL CLASS WPC 154

    DESCRIPTIVE/

    SPEC DATA:

    MTU PART #

    SUPERCEEDED TO X00E50214731/S0001

    CIRCUIT CARD ASSEMBLY FOR THE CONTROL CONSOLE

    IN THE ENGINE

    ROOM LOCAL OPERATION

    PANEL.

    MFG NAME: ROLLS-ROYCE SOLUTIONS GMBH

    PART_NBR: X00E50209986/S0001

    INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MILSTD-

    2073-1E

    METHOD 41, INITIALLY

    WRAPPED IN ELECTROSTATIC DISCHARGE PROTECTIVE

    MATERIAL

    CONFORMING TO MIL-PRF-81705E,

    TYPE III. EACH ITEM SHALL THEN BE PACKAGED IN A

    FAST PACK

    CONTAINER CONFORMING TO

    PPP-B-1672E, TYPE II, STYLE D.

    FAILURE TO MEET THE PACKING, PACKAGING, MARKING

    AND BAR

    CODING REQUIREMENTS WILL

    RESULT IN WAREHOUSE REJECTION AND ITEMS WILL BE

    SHIPPED BACK

    TO VENDOR.

    MARKING IAW MIL-STD-129R EXCEPT BAR CODED IAW

    ISO/IEC-16388-2007, CODE 39 SYMBOLOGY

    DO NOT QUOTE IF YOU CANNOT HONOR THE PACKAGING REQUIREMENTS !!!!!

    Delivery shall be F.O.B. DESTINATION to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore MD 21226

    Required delivery date no later than:  9/28/25

    This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2024-05 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 334412 and the business size standard is 750. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13
    All responsible sources may submit a quotation via email to Nina.m.crosby@uscg.mil, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with SYSTEMS FOR AWARD MANAGEMENT (SAM) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is 9/2/2025 12PM 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.

    (End of provision)

    The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (nov 2023); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (FEB 2023) 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.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (dec 2023); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (dec 2023). The following clauses listed within FAR 52.212-5 are applicable: FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2020)(15 U.S.C. 644), FAR 52.219-28, Post Award Small Business Program representation (oct2022)(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  2016) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (April 2015); FAR 52.222-26, Equal Opportunity (April 2015)(E.O. 11246); FAR 52.222-36, Equal Opportunity for workers with disabilities (July 2014); FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); FAR 52.225.1 Buy American Act-Supplies (May 2014); FAR 52.225-3, Buy American Act-Free Trade Agreement (dec 2022)(41 U.S.C. 10a-10d); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (July 2013)(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. August 27, 2025Posted Date
    2. September 2, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    PROCESSOR FLIGHT INFO 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.