Loading...
52000QR260023877
Response Deadline
Apr 10, 2026, 1:00 PM(EDT)5 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
This requirement includes a brand-name only materials and/or services as outlined in the attached Statement of Work (SOW) and Specifications. Due to compatibility, standardization, and lifecycle support considerations, only Parker Hannifin products or services are acceptable for this requirement. Substitutions will not be considered.
This restriction is supported by a Justification and Approval (J&A) in accordance with FAR 11.105 and can be provided upon request. To ensure warranty compliance, safety, and proper integration with existing systems, only authorized vendors of Parker Hannifin may provide parts under this requirement.
Offerors must provide proof of authorized source status by submitting a valid Letter of Authorization (LOA) from the Original Equipment Manufacturer (OEM) or brand owner, confirming the vendor is an authorized distributor, reseller, or service provider for Parker Hannifin.
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 52000QR260023877 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. 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 parts IAW SOW for differential relief valve and CPP filter system.
A. REQUIREMENT:
1. Differential relief valve and CPP filter system parts, Parker Hannifin, See Attached SOW for part numbers.
2. Location of Performance (FBO Destination)
USCG Yard
2401 Hawkins Point Rd
Baltimore, MD 21226
** Total cost shall have delivery and any Freight charges included. ** ** SHIPPING: FOB DESTINATION REQUIRED. **
3. REQUIRED PERIOD OF PERFORMANCE: Delivery shall occur between 01NOV26-30NOV26.
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 10 April 2026 at 9 A.M. Eastern Standard Time. Email quotes are acceptable and shall be sent to Ms. Nichole Cundiff at: Nichole.A.Cundiff@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. Nichole Cundiff at email address – Nichole.A.Cundiff@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:
The following clauses, and others as directed by the Contracting Officer as applicable, shall apply to this awarded contract:
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.
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).
Nichole Cundiff
Patricia Fremming
DEPARTMENT OF HOMELAND SECURITY
US COAST GUARD
SFLC PROCUREMENT BRANCH 1(00080)
SFLC PROCUREMENT BRANCH 1(00080)
300 EAST MAIN ST, STE 950, VESS DIV
NORFOLK, VA, 23510
NAICS
Ship Building and Repairing
PSC
MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT
Set-Aside
Total Small Business Set-Aside (FAR 19.5)