OEM SALWICO CONSILIUM Fire Alarm Panel and Associated Installation Services

Project ID: 52000RFQ260024349 FederalOpportunitiesSynopsis Solicitation
Overview
AgencySurface Forces Logistics Center
Deadline05/13/26
Posted05/08/26
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 AsideSBA
NAICS238210 - Electrical Contractors and Other Wiring Installation Contractors
PSCR425 - Support- Professional: Engineering/Technical
LocationKey West, FL 33040 United States
Description
Primary Latest Change

Summary

The United States Coast Guard, Surface Forces Logistics Center, (SFLC), intended to issue a solicitation for the procurement of a fire alarm control panel replacement and associated installation services. This is 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 52000RFQ260024349. This procurement will be processed in accordance with FAR Part 12. The Government previously conducted market research in anticipation of a potential sole-source acquisition; however, the Original Equipment Manufacturer (OEM) advised that multiple vendors may possess the capability to perform the required work. Accordingly, the Government is proceeding with a competitive solicitation. Due to the urgent operational requirements and extended estimated material lead times of approximately ten (10) weeks for the fire alarm panel system, the Government intends to utilize a shortened solicitation response period in accordance with FAR 5.203(a) and FAR 13.106-1(d), as applicable. The solicitation and any subsequent amendments will be posted to SAM.gov. It is the responsibility of interested vendors to monitor the solicitation site for any amendments or additional information pertaining to this requirement. The North American Industry Classification System (NAICS) is 238210. The small business size standard is $19.0 Million. 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, BUT IS NOT LIMITED TO: A. REQUIREMENT: 1. The contractor shall provide Model 5831813-00A Fire Alarm Panel and Associated Installation Services, Brand Name Only (SALWICO CONSILIUM) IAW SOW. See Attached SOW. 1 LOT 2. Location of Performance (FBO Destination)

CGC CHARLES SEXTON

100 Trumbo Point Rd. Key West, FL 33040 3. REQUIRED PERIOD OF PERFORMANCE: POP 5/18/2026 8/7/2026 SALWICO CONSILIUM BRAND NAME ONLY - NO EQUAL OR ALTERNATE PART WILL BE ACCEPTED. See Schedule B below. Vendor shall be an authorized Salwico Consilium Dealer. Vender shall provide verification documentation from OEM Manufacturer (Salwico Consilium). Interested Vendors shall demonstrate the capability to provide all required materials, technical drawings/plans, labor, and installation services within the required performance schedule. 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.

Please Note

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 13 May 2026 at 4 P.M. Eastern Standard Time. Email quotes are acceptable and shall be sent to Ms. Jackie Handley at: Jacqueline.D.Handley@uscg.mil and carbon copy Contracting Officer, SKC Patricia Fremming at Patricia.M.Fremming@uscg.mil. Any questions or concerns regarding any aspect of the RFQ must be forwarded to Ms. Jackie Handley at email address - Jacqueline.D.Handley@uscg.mil and carbon copy Contracting Officer, SKC Patricia Fremming via email Patricia.M.Fremming@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) *The above/following clauses are incorporated by reference, entire clause(s) available at https://acquisition.gov.

NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS

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).

Summary (Newest Update)

Background The United States Coast Guard, Surface Forces Logistics Center (SFLC), is issuing a solicitation for the procurement of a fire alarm control panel replacement and associated installation services. This initiative aims to replace the obsolete Mircom PRO-2000XS Fire Alarm Panel installed on various hulls, which is no longer supported by the manufacturer. The SFLC has determined that the Salwico Consilium Model 5831813-00A is an approved replacement, with installations commencing on newer hulls. The urgency of this requirement stems from operational needs and the lack of repair options for the existing system aboard USCGC Charles Sexton. Work Details The contractor shall provide all personnel, labor, materials, parts, tools, software, test equipment, supplies, consumables, and equipment necessary to replace the existing Mircom Fire Alarm Panel with the Salwico Consilium Model 5831813-00A. Key tasks include: 1. Developing a draft installation drawing/plan for USCG review using provided guidance drawings. 2. Participating in teleconferences with USCG personnel to finalize installation plans. 3. Traveling to the vessel’s homeport for on-site tasking upon acceptance of plans. 4. Removing the existing fire alarm panel and associated components as per the approved installation plan. 5. Installing all required parts for the Salwico Consilium FAP installation according to the approved plan. 6. Testing the installed fire detection system to ensure functionality with interfacing components such as smoke detectors and heat detectors. 7. Providing a report documenting the final installation including any changes made during the process. Place of Performance The work will be performed at USCGC Charles Sexton located at 100 Trumbo Point Rd., Key West, FL 33040.

Contacts
Contact nameJacqueline D. Handley
Contact emailjacqueline.d.handley@uscg.mil
Contact phoneNone
Secondary contact namePatricia Fremming
Secondary contact emailpatricia.m.fremming@uscg.mil
Secondary contact phoneNone
Same Region Opportunities