USCG Base Miami Beach Replace BLDG 4 Air Compressor
Agency: Coast Guard
Location: Miami Beach, Florida
NAICS: 333912
| Agency | Surface Forces Logistics Center |
|---|---|
| Deadline | 03/06/26 |
| Posted | 02/24/26 |
| Estimated Value | <$250,000 (solicitation indicates Simplified Acquisition Procedures, which in most cases, applies to contracts expected to be less than $250K in value) |
| Set Aside | Small Business |
| NAICS | 336611 - Ship Building and Repairing |
| PSC | J020 - Maint/Repair/Rebuild Of Equipment- Ship And Marine Equipment |
| Location | Miami Beach, FL 33139 United States |
FM200 Hoses and Annual inspection This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information in this notice. This solicitation is issued as a Request for Quote Number 52000QR260023277. This procurement will be processed in accordance with FAR Part 12. The North American Industry Classification System (NAICS) is 336611. The small business size standard is 1300. This is a total small business set aside; all responsible small business sources may submit proposals that will be considered. This synopsis/solicitation is issued pursuant to FAR 13.106-1(b), and the resultant purchase order will be awarded on a firm-fixed price basis using simplified acquisition procedures in accordance with FAR 13. THE UNITED STATED COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUEST THE CONTRACTORS TO PROVIDE PRICING FOR THE FOLLOWING REQUIREMENT: The contractor shall provide CGC Margaret Norvell FM200 Hoses and Annual inspection. A. REQUIREMENT: 1. FM200 Hoses and Annual inspection. See Attached SOW. 2. Location of Performance
Miami, FL 33139 3. REQUIRED PERIOD OF PERFORMANCE: POP March 20th 2026 30th 2026 Interested Vendors shall provide product/service details, Product Data Sheet, and cost breakdown IAW SOW for technical review. Vendors shall provide a detailed cost breakdown to include all the specifications to be reviewed by a technical rep. NOTE: The USCG/Government reserves the right to Award on an All or None Basis, i.e., the Government may issue a Purchase Order (PO) to the offeror that submits the lowest aggregate price, rather than issue a PO to each offeror based on the lowest quotation on each item. As stated below, the provision at FAR 52.212-2- Evaluation-Commercial Items-applies with the following addenda: Award of a contract will be based on the following criteria: The purchase order will be awarded as a firm-fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5. 1. Please provide any warranty information. 2. Vendors MUST be registered in www.sam.gov The USCG/Government intends to award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conforms to the solicitation and is most advantageous and the best value to the Government, price and other factors considered.
Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price quotation that will be considered by the agency. Quotations must be submitted on company letterhead stationery and must include the following information: (1) Cost Breakdown (2) Unit Cost (3) Extended Price (4) Total Price (5) Payment Terms (6) Discount offered for prompt payment (7) Company Unique Entity ID (UEI) and Cage Code.. Quotes must be received no later than 06 March 2026 at 1 P.M. Eastern Standard Time. Email quotes are acceptable and shall be sent to Mr. Cornelius Claiborne at: Cornelius.N.Claiborne@uscg.mil and carbon copy Contracting Officer, CWO2 Sean W. Hoy Sean.W.Hoy@USCG.MIL Any questions or concerns regarding any aspect of the RFQ must be forwarded to Mr. Cornelius Claiborne at email address Cornelius.n.Claiborne@uscg.mil and carbon copy Contracting Officer, CWO2 Sean Hoy via email Sean.W.Hoy@uscg.mil The following FAR Clauses and Provisions apply to this acquisition: - FAR 52.212-1 - Instructions to Offerors - Commercial Items (Sep 2023) - FAR 52.212-2 - Evaluation - Commercial Items (Nov 2021) Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, past performance and quality. - FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Oct 2025) to include Alt I (Feb 2024). Offeror shall complete annual representations and certification electronically via the System for Award Management (SAM) website accessed through https://www.sam.gov. - FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Nov 2023) with the following addenda. - FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2025) - FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at https://acquisition.gov. - FAR 52.204-7 System for Award Management (Nov 2024). Contractors are located and identified in SAM by their UEI number. Contractors are located and identified in SAM by their UEI number. To facilitate payment via Electronic Funds Transfer - SAM, contractors shall be registered in SAM. A UEI number can be obtained via https://www.dnb.com and SAM registration can be obtained via https://www.sam.gov. The following clauses, and others as directed by the Contracting Officer as applicable, shall apply to this awarded contract: - FAR 52.222-3 - Convict Labor (Jun 2003) - FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies (Jan2025) (E.O.13126). - FAR 52.222-35 - Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212). - FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793). - FAR 52.222-37 - Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212). - FAR 52.222-50 - Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627). - FAR 52.225-1 - Buy American Supplies (Oct 2022) (41 U.S.C. chapter 83). (51) 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).FAR 52.232-33 - Payment by Electronic Funds Transfer - Systems for Award Management (Oct 2018) - FAR 52.233-3 - Protest After Award (Aug 1996) - FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004) NOTE: In addition to the listed clauses, please review the attached FAR Clause Matrix for all clauses applicable to this requirement. *The above/following clauses are incorporated by reference, entire clause(s) available at https://acquisition.gov.
This solicitation contains FAR Clause 52.204-7, System for Award Management and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a), prospective contractors shall complete electronic annual representations and certifications via SAM accessed through https://www.sam.gov. Please ensure completion prior to submitting a quote. Paragraph (b) of FAR 52.204-8 applies. System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. Additional examples include 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Products and Commercial Services, and 52.213-4, Terms and Conditions Simplified Acquisitions (Other Than Commercial Products and Commercial Services).
Background The United States Coast Guard Surface Force Logistics Center is seeking contractors to provide pricing for FM200 hoses and annual inspection services for the CGC Margaret Norvell. The goal of this contract is to ensure the proper functioning and maintenance of the FM-200 Fixed Fire Suppression System aboard the vessel, which is critical for safety and compliance with regulations. Work Details The contractor shall perform the following tasks: 1. Inspect and test the FM-200 Fixed Fire Suppression System in designated locations including the Engine Room, Generator Room, and Emergency Generator Room. 2. Provide a certified Tech Rep familiar with FM-200 systems to assist with repairs and ensure compliance with manufacturer's standards. 3. Install protective coverings to safeguard non-affected components during work. 4. Coordinate testing procedures with the Contracting Officer's Representative (COR) prior to execution. 5. Conduct a complete annual inspection of all installed FM-200 systems, including verifying operational status of fire panels, ventilation systems, and alarms. 6. Inspect and test all compressed gas cylinders for compliance with regulations, ensuring they meet required weight and pressure checks. 7. Restore all FM-200 systems to operational condition post-inspection, including replenishing cylinders as necessary. Period of Performance The period of performance for this contract is from March 20, 2026, to March 30, 2026. Place of Performance The contract will be performed at CGC Margaret Norvell located at 100 MacArthur Causeway, Miami, FL 33139.
| Contact name | Cornelius Claiborne |
|---|---|
| Contact email | cornelius.n.claiborne@uscg.mil |
| Contact phone | None |
| Secondary contact name | Sean Hoy |
| Secondary contact email | sean.w.hoy@uscg.mil |
| Secondary contact phone | (757) 628-4664 |
Agency: Coast Guard
Location: Miami Beach, Florida
NAICS: 333912
Agency: Surface Forces Logistics Center
Location: Miami Beach, Florida
NAICS: 336611
Agency: Kennedy Space Center
Location: Florida
NAICS: 541990
Agency: USACE Mobile District
Location: Florida
NAICS: 237110