Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 03, 2025 SAM #8559
SOLICITATION NOTICE

10 -- Secondary Release for H60 Bomb Rack

Notice Date
5/1/2025 6:06:34 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
AVIATION LOGISTICS CENTER (ALC)(00038) Elizabeth City NC 27909 USA
 
ZIP Code
27909
 
Solicitation Number
70Z03825QK0000018
 
Response Due
5/6/2025 11:30:00 AM
 
Archive Date
05/21/2025
 
Point of Contact
Stacey M. Riggs
 
E-Mail Address
stacey.m.riggs@uscg.mil
(stacey.m.riggs@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Amendment A0001: the proposal date and time for this Solicitation has been extended to May 6, 2025 @ 2:30 pm EST. The anticipated award date is on or about May May 9, 2025. This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Regulation (FAR) subpart 12.6 and part 13 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation will not be issued. Solicitation number 70Z03825QK0000018 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2025-3, effective 17 January 2025. The applicable North American Industry Classification System (NAICS) code is 336413. The small business size standard is 1,250 employees. This solicitation is 100% set-aside for small business. It is anticipated that a firm-fixed price purchase order will be awarded on a competitive basis as a result of this synopsis/solicitation for the items listed in the Schedule of Supplies. Only the items requested in this solicitation will be considered for award. All items shall have clear traceability to the Original Equipment Manufacturer (OEM). Traceability means a clear, complete, documented, and auditable paper trail that traces each step from an OEM or distributor to its current location. The contractor shall furnish a Certificate of Conformance (COC) IAW Far clause 52.246-15. The COC must be submitted in the format specified in the clause. Prospective vendors who are not the OEM must provide traceability for the offered product back to the OEM and will be required to submit a manufacturer�s COC in addition to its own COC. Please carefully review this solicitation�s attachments for additional information and requirements such as applicable clauses, instructions to offerors, and evaluation criteria. Attachment I � Schedule of Supplies Attachment II � Terms and Conditions FAC 2025-03 eff 17Jan2025 NOTE: NO DRAWINGS, SPECIFICATIONS, OR SCHEMATICS ARE AVAILABLE FROM THE USCG.The closing date and time for receipt of offers is 1 May 2025 at 9:30 a.m. Eastern Time. Anticipated award date is on or about 9 May 2025. Email quotations are preferred and may be sent to Stacey.M.Riggs@uscg.mil. Please indicate 70Z03825QK0000018 in the subject line.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/fd294c7d86604430b44727f534ea138e/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07428025-F 20250503/250501230048 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.