Closed Solicitation · DEPARTMENT OF HOMELAND SECURITY

    SWITCH, LIQUID LEVEL

    Sol. 70Z08025QCV260Combined Synopsis/SolicitationNORFOLK, VA
    Closed
    STATUS
    Closed
    closed May 26, 2025
    POSTED
    May 20, 2025
    Publication date
    NAICS CODE
    333998
    Primary industry classification
    PSC CODE
    6680
    Product & service classification

    AI Summary

    The U.S. Coast Guard is seeking quotations for 15 liquid level switches (part number 331067) from GEMS Sensors Incorporated, specifically for dirty oil tank level sensors on 154 WPC vessels. Each switch must be packaged according to strict military standards. This is a sole source procurement, and only authorized distributors of GEMS Sensors may submit proposals. Quotes are due by May 26, 2025, at 9:00 AM EST, and must include specific compliance information.

    Contract details

    Solicitation No.
    70Z08025QCV260
    Notice Type
    Combined Synopsis/Solicitation
    Posted Date
    May 20, 2025
    Response Deadline
    May 26, 2025
    NAICS Code
    333998AI guide
    PSC / Class Code
    6680
    Contract Code
    7008
    Sub-Agency
    US COAST GUARD
    Primary Contact
    Eric Goldstein
    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 part: Item 1) 6680 01-633-3656 SWITCH, LIQUID LEVEL MFG NAME: GEMS SENSORS INCORPORATED PART_NBR: 331067 Qty: 15/ea DIRTY OIL TANK LEVEL SENSOR ON 154 WPC VESSELS. EACH ITEM SHALL BE INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MIL-STD-2073-1E METHOD 10, CUSHIONED AS APPROPRIATE TO PREVENT MOVEMENT OR DAMAGE FROM EXTERNAL IMPACT. EACH ITEM SHALL THEN BE PACKED IN AN APPROPRIATELY SIZED ASTM-D5118 DOUBLE-WALL FIBERBOARD BOX. EACH PACKAGE SHALL BE MARKED IAW MIL-STD-129R EXCEPT BAR CODED IAW ISO/IEC-16388- 2007, CODE 39 SYMBOLOGY. FAILURE TO MEET REQUIREMENTS FOR PACKAGING, PACKING, MARKING AND BAR-CODING WILL RESULT IN THE ITEM(S) BEING REJECTED AT THE WAREHOUSE AND RETURNED TO THE VENDOR. Delivery shall be F.O.B. DESTINATION to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore MD 21226 Substitute parts are not acceptable. It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this synopsis/solicitation. It is the Government’s belief that only GEMS SENSORS INCORPORATED and/or their authorized distributors can provide this unit. Concerns having the expertise and required capabilities to provide this item are invited to submit complete information discussing the same within two (2) calendar days from the day this notice posted. The data must include sufficient detail to allow the Coast Guard to evaluate the proposal relative to the requirements. The information submitted must include a letter from the OEM verifying the offeror is an authorized distributor, and verifying the OEM will supply genuine OEM parts. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, 2025-03 01/17/2025and 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 333413 and the business size standard is 500. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13 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 via email to Eric.I.Goldstein@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 May 26, 2025 at _9:00 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. (End of provision) The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (June 2020); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (November 2020) 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 (Oct 2018); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (November 2020). The following clauses listed within FAR 52.212-5 are applicable: 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (October 2022) 52.219-28, Post Award Small Business Program Rerepresentation (Feb 2024) 52.222-3, Convict Labor (June 2003) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (Feb 2024) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246). 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793). 52.222-50, Combating Trafficking in Persons (Nov 2021) 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) 52.232-33, Payment by Electronic Funds Transfer— System for Award Management (October 2018) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (Nov 2023) 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 20, 2025Posted Date
    2. May 26, 2025Proposals / Responses Due

    AI search tags

    Frequently asked questions

    SWITCH, LIQUID LEVEL 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.