Canyon 2 Fire Invasive Weeds Survey and Treatment Cost Recovery
Agency: USFS Region 5: Pacific Southwest Region
Location: California
NAICS: 115310
| Agency | Coast Guard |
|---|---|
| Deadline | 05/22/26 |
| Posted | 05/08/26 |
| Estimated Value | Not Provided |
| Set Aside | SBA |
| NAICS | 423690 - Other Electronic Parts and Equipment Merchant Wholesalers |
| PSC | 5950 - Coils And Transformers |
| Location | Alameda, CA 94501 United States |
This is a combined synopsis solicitation for commercial supplies prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested, and a written solicitation will not be issued. This solicitation is being issued as a request for quote. The solicitation number is 52080PR260000133. Provisions and clauses incorporated into this solicitation are those in effect through Federal Acquisition Circular 2026-01 dated 13 March 2026. This requirement is set aside for small business . This is a Brand Name or Equal requirement in accordance with FAR provision 52.211-6. To be considered for award, offers of equal products must meet the salient physical, functional, or performance characteristic specified in this solicitation and USCG will determine if the equal item is acceptable. See the attached Description of Requirement document for specifications. The NAICS for this action is 423690, Other Electronic Parts and Equipment Merchant Wholesalers . The supplies in this solicitation are best represented by PSC Code 5950, COILS AND TRANSFORMERS. The line item associated with this requirement is as follows:
Quantity - 01 UOM - EACH FOB for this requirement is Destination.
Due to installation timeline restrictions, lead times cannot exceed 15 weeks after receipt of award. FAR provision 52.212-1, Instructions to Offerors Commercial Products and Commercial Services, applies to this action. Submitted offers shall contain the name, title, email address, and telephone number of the company point of contact who can legally bind the company contractually. The offer must include specifications for the offered item, the total price for the item (including shipping), and the fastest delivery date. Offers must be valid for at least 30 days. All offerors must have an active registration in SAM.gov at the time of offer submission. The government intends to make a single award to a responsible vendor that provides an item meeting the required specifications in the fastest delivery time at a reasonable price. The government may award to a vendor with a higher price and faster delivery if the faster delivery time warrants the additional cost. However, the Government will not award to other than the low priced, technically acceptable vendor if there is only a marginal benefit. Offerors must be registered at SAM.gov at the time of offer submittal and have a completed FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services, on file. FAR clause 52.212-4, Contract Terms and Conditions Commercial Products and Commercial Services, applies to this acquisition. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services, applies to this acquisition. The following clauses cited in 52.212-5 apply to this acquisition: 52.222-50, Combating Trafficking in Persons; 52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving; and 52.232-33, Payment by Electronic Funds Transfer System for Award Management. 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 this solicitation. The contracting officer will not consider the following representations when making award decisions or enforcing requirements: paragraphs (d) and (t) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services and paragraphs (b)(33), (b)(34), (e)(1)(ix), and (e)(1)(x) of 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders Commercial Products and Commercial Services. Additionally, in 52.212-5 paragraph (b)(46), E.O. 14057 does not apply. Entities are not required to update their entity registration to remove these representations in SAM. Offers are due by 22 May 2026 at 1:00 PM (PDT). Offers shall be emailed to the contracting officer and contract specialist.
Background The United States Coast Guard (USCG) is issuing this combined synopsis solicitation for commercial supplies. The goal of this contract is to procure a 150 kVA Portable Isolation Transformer to support the IPF Alameda project UCGR6AP2A4. This requirement is set aside for small businesses and aims to ensure that the selected vendor can meet specific performance and delivery standards. Work Details The contract requires the vendor to provide and deliver one (1) new 150 kVA 3-phase NEMA 4x (Stainless Steel) encapsulated dry-type transformer (non-ventilated) to IPF Alameda. The specifications are as follows: - Primary Voltage: 480-volt delta configuration - Secondary Voltage: 450-volt delta configuration - Frequency: 60 hertz (continental US standard) - Winding Conductor Construction: Aluminum - Electrical Taps: 2 at +2.5% and 4 at -2.5% - Temperature Rise Standard: 150 degrees Celsius with a 220 degrees Celsius insulation system. The baseline standard configuration references Eaton V48M45T49S64X, but comparable builds are acceptable subject to scrutiny by the project design engineer. Period of Performance Lead times cannot exceed 15 weeks after receipt of award due to installation timeline restrictions. Place of Performance The product will be delivered to IPF Alameda, Coast Guard Island BLDG 15A, Alameda, CA 94501-5100.
| Contact name | Shawn Jenkins |
|---|---|
| Contact email | shawn.t.jenkins@uscg.mil |
| Contact phone | None |
| Secondary contact name | Jesse Yutig |
| Secondary contact email | jesus.c.yutig.civ@uscg.mil |
| Secondary contact phone | None |
Agency: USFS Region 5: Pacific Southwest Region
Location: California
NAICS: 115310
Agency: FCI Mendota
Location: California
NAICS: 311999
Agency: BLM California Region
Location: California
NAICS: 237310
Agency: Air Force Test Center
Location: California
NAICS: 334220