Loading...
52000QR260024318
Response Deadline
Apr 22, 2026, 1:00 PM(EDT)5 days
Eligibility
Contract Type
Combined Synopsis/Solicitation
52000QR260024318 USCGC BAILEY BARCO FM200 INSEPECTION
INTENT: Vendor shall receive 02 Chemtron bottles from Coast, Guard cutter Donald Horsley in Galveston, Texas and perform all required maintenance to refurbish bottles, refill and ship to Coast Guard Cutter Bailey Barco in Ketchikan, AK
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 52000QR260024318 USCGC BAILEY BARCO FM200 INSEPECTION
This procurement will be processed in accordance with FAR Part 12.
The North American Industry Classification System (NAICS) is 92216 - Fire Protection. This is 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 52000QR260024318 USCGC BAILEY BARCO FM200 INSEPECTION
SCOPE OF WORK
CGC BAILEY BARCO EDG SPACE FM200 Bottle Replacement
Vendor shall receive 02 Chemtron bottles from Coast, Guard cutter Donald Horsley in Galveston, Texas and perform all required maintenance to referbish bottles, refill and ship to Coast Guard Cutter Bailey Barco in Ketchikan, AK
The Chemtron FM200 system on earlier FRCs has been discontinued. The only available source of parts are provided by the FRC fleet itself, sent to a vendor with the capability to refurbish them and send them back out. Technicians must have specific knowledge and experience with this outdated system.
3000 Fort Point Rd
Galveston, TX 77550
1360 Stedman St
Ketchikan, AK 99901
5.4 Period of Performance for completion of bottles is 15 MAY 2026. Working hours are Mon-Fri 0730-1600
FAR 52.237-1 Site Visit: Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award.
Controlled Unclassified Information: JCP certification is required for United States (U.S.) or Canadian contractors who wish to obtain access to unclassified technical data disclosing militarily critical technology with military or space application that is under the control of, or in the possession of the U.S. Department of Defense (DOD) or the Canadian Department of National Defense (DND).
ORAL MODIFICATION: No oral statement of any person other than the contracting officer shall in any manner or degree, modify, or otherwise affect the terms of this contract.
ACCEPTANCE CRITERIA: Criteria evaluated for payment approval. The government will review work in its entirety prior to issuing invoice approval.
GOVERNMENT FURNISHED ITEMS AND SERVICES:
Utilities: The Government will provide 2 Chemtron 40 LB bottes to be refurbished.
CONTRACTOR FURNISHED ITEMS, SERVICES AND RESPONSIBILITIES:
General: The Contractor shall furnish all equipment and services required to perform work under this SOW, other than those explicitly addressed in government furnished services.
The Contractor shall report to the designated work site on the date specified on the written notification by the Contracting Officer in the form of a signed order. No other individual has the authority to direct the Contractor to begin work, other than a warranted Contracting Officer.
Contractor Equipment: vehicles and trucks which holds or can hold hazardous materials that is left on Base Galveston premises must have the Contractor’s contact information placed in the driver’s side window indicating the Emergency Contact Number (answered 24/7/365) for the owner/operator of the vehicle. If a tank is left on the premises, the Emergency Contact Number (answered 24/7/365) for the owner/operator of the tank must be painted on the tank in a prominent location. The government will not assume liability for any vehicles/tanks left on Base Galveston property. The POC will coordinate approved storage locations.
General: The Contractor will be required to follow 29 CFR 1915 (OSHA Shipyard Industry Standard), 16 CFR1303, 29 CFR 1910, 29 CFR 1915.1025, 29 CFR 1926.62, 15 U.S.C. 2601, while performing this work at the U.S. Coast Guard Base Galveston.
Safety Equipment: The Contractor will provide all required personnel safety equipment for their employees, including, but not limited to, safety helmet and safety glasses with side shields. All safety equipment shall meet OSHA standards. The Contractor shall follow all applicable OSHA guidelines and regulations.
EMERGENCY SERVICES: Base Galveston has 24-hour first aid and spill response. If necessary, the Contractor may call the Base Officer of the Day at 409-682-0142 for emergency situations. Injuries shall be reported immediately and followed up with a written report to the COR.
ENVIRONMENTAL PROTECTION REQUIREMENTS: Contractor shall abide by all federal, state, and local environmental regulations as published by the Environmental Protection Agency, 40 CFR (series) and any applicable Base Galveston plans/policies:
Transport and Disposal: The Contractor must properly remove and dispose of all materials in compliance with applicable Federal, state, and local environmental laws and regulations. Contractor assumes all responsibility and liability for the transport and proper disposal of materials and in particular the following requirements:
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 in conjunction with attached statement of work 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 APRIL 22, 2026 at 09 A.M. Eastern Standard Time. Email quotes are acceptable and shall be sent to the Contracting Officer, Joshua Miller and Tim Ford at email address TIMOTHY.S.FORD@USCG.MIL and Joshua.N.Miller@uscg.mil.
Any questions or concerns regarding any aspect of the RFQ must be forwarded to the Contracting Officer, Joshua Miller and Tim Ford at email address Joshua.N.Miller@uscg.mil and TIMOTHY.S.FORD@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).
Timothy ford
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
Fire Protection
PSC
MAINT/REPAIR/REBUILD OF EQUIPMENT- FIRE CONTROL EQUIPMENT
Set-Aside
Total Small Business Set-Aside (FAR 19.5)