Loading...
52000RFQ260024349
Response Deadline
May 13, 2026, 8:00 PM(EDT)4 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
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:
The following clauses, and others as directed by the Contracting Officer as applicable, shall apply to this awarded contract:
*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).
Jacqueline D. Handley
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
Electrical Contractors and Other Wiring Installation Contractors
PSC
SUPPORT- PROFESSIONAL: ENGINEERING/TECHNICAL
Set-Aside
Total Small Business Set-Aside (FAR 19.5)