Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 05, 2025 SAM #8684
SOLICITATION NOTICE

J -- Open, Inspect, Report - Power Supply and Circuit Card Assembly Repair

Notice Date
9/3/2025 10:55:23 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811210 —
 
Contracting Office
C5I DIVISION 2 KEARNEYSVILLE KEARNEYSVILLE WV 25430 USA
 
ZIP Code
25430
 
Solicitation Number
2125405B4200RA009
 
Response Due
9/12/2025 9:00:00 AM
 
Archive Date
09/27/2025
 
Point of Contact
Megan Maday, Phone: 5716101237, Brian Eichelberger, Phone: 7034175593
 
E-Mail Address
megan.l.maday@uscg.mil, Brian.J.Eichelberger@USCG.mil
(megan.l.maday@uscg.mil, Brian.J.Eichelberger@USCG.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Request for Quote RFQ # 2125405B4200RA009 Contracting Office: USCG, CG-C5I-C22, Kearneysville, WV Responses Due: On or before, Friday, 12 September 2025 at 1200 PM EST Total Small Business Set-Aside This solicitation for a commercial service prepared IAW the format in FAR subpart 12.6, Acquisition of Commercial Service, and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. The solicitation number is 2125405B4200RA009 and is being issued as a Request for Quote (RFQ), unless otherwise indicated herein. The Coast Guard Surface Forces Logistics Center (SFLC) has an ongoing requirement to provide �Ready for Issue� stock parts and equipment to field units in support of U.S. Government and Coast Guard missions. This Statement of Work provides for the open, inspect, report and possible repair of the following items: CIRCUIT CARD ASSEMBLY, Part Number: MA-303, CIRCUIT CARD ASSEMBLY, Part Number: EXR-660-002, and POWER SUPPLY, Part Number: IX-PSY5024 to the Original Equipment Manufacturer (OEM) standards. Submit written offers only, oral offers will not be accepted. This solicitation requires registration with the System for Award Management (SAM) at the time a quote is submitted, excluding outlined in FAR 4.1102(a). Registration information can be found at http://www.sam.gov. UNIQUE ENTITY IDENTIFIER (UEI) NUMBER, FEDERAL TAX IDENTIFICATION NUMBER, AND CAGE CODE MUST BE INCLUDED. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-05. The complete text of any of the provisions and clauses may be accessed in full at http://www.acquisition.gov/browse/index/far. The procurement is a Firm Fixed Price and the is associated North American Industrial Classification System (NAICS) code is 811210 - Electronic and Precision Equipment Repair and Maintenance. The size standard for this NAICS is $34M. Product Service Code is: J061- MAINT/REPAIR/REBUILD OF EQUIPMENT - ELECTRIC WIRE AND POWER DISTRIBUTION EQUIPMENT The description of the requirement is required on behalf of the United States Coast Guard (USCG). This RFQ is for the services to Open, Inspect, and Report and possible repair of the following equipment: QTY 2, CIRCUIT CARD ASSEMBLY, National Stock Number (NSN) 5998-01-530-8992, Manufacturer Part Number: MA-303, CG Assigned Part Number MA-303; QTY 1, CIRCUIT CARD ASSEMBLY, National Stock Number (NSN) 5998-01-619-2454. Manufacturer Part Number: IX-PSY5024. CG Assigned Part Number: IX-PSY5024. Work completed under this order will cover open, inspect, and initial diagnostics for each CIRCUIT CARD ASSEMBLY and POWER SUPPLY to determine if they can be repaired below beyond economical repair costs. Once determined and repair costs are approved, Units shall be repaired to OEM standards, individually packaged, and returned FOB Destination to CG SFLC Warehouse located in Baltimore, MD 21226. For equipment that can be repaired, the contractor must provide the COR and Contracting Office an Open and Inspect Report (OIR) � and a FIRM-FIXED price quote to repair the repairable items in Table-1 contained in the Statement of Work (SOW). For equipment that is Beyond Economical Repair (BER), the vendor must submit a Beyond Economical Repair (BER) form to the Contracting Officer and Contracting Officer Representative outlined in the SF1449. The vendor must return the units per the instructions in Military Packing and Marking Instructions that can be found within the SOW. Line item 0001: QTY � 2, UNIT � EA, Description � CIRCUIT CARD ASSEMBLY, DESCRIPTION � Open, Inspect and Report of QTY 2, CIRCUIT CARD ASSEMBLY, National Stock Number (NSN) 5998-01-530-8992, OEM Part Number: MA-303, CG Assigned Part Number: MA-303 Report is required. See statement of work (SOW) for detailed specifications. All items returned must follow the material and packing requirements. See Section 2 of the SOW. Line item 0002: QTY � 1; UNIT � EA, DESCRIPTION � CIRCUIT CARD ASSEMBLY, National Stock Number (NSN) � 5998-01-619-2454, OEM Part Number: EXR-660-002, CG Assigned Part Number EXR-660-002 Report is required. See statement of work (SOW) for detailed specifications. All items returned must follow the material and packing requirements. See Section 2 of the SOW. Line Item 0003: QTY � 1; UNIT � EA, DESCRIPTION � POWER SUPPLY, National Stock Number (NSN) � 6130-01-F16-4603, OEM Part Number: IX-PSY5024, CG Assigned Part Number: IX-PSY5024 Report is required. See statement of work (SOW) for detailed specifications. All items returned must follow the material and packing requirements. See Section 2 of the SOW. Period of Performance: Vendor will have 10 business days upon receipt of units to provide OIR/BER documentation to the COR or Technical POC Vendor will have 15 business days upon receipt of the units to provide the Contracting office and COR or Technical POC with a FIRM-FIXED price quote for the repairs Upon receipt of a new contract and/or modification approving funding for the repairs, the vendor will have 30 business days to return the units in accordance with Section 5 of the Scope of Work. Place of Performance: Awarded Contractor�s Facility Solicitation Response Deadline: On or before Friday 12 September 2025 at 12:00 PM EST � Response to this solicitation are due on or before the date and time, IN WRITING VIA EMAIL, to the Contract Specialist, Megan Maday, Megan.L.Maday@uscg.mil, and the Contracting Officer, Brian Eichelberger, Brian.J.Eichelberger@uscg.mil. This solicitation is inclusive of the following attachments: Attachment 1 � Statement of Work including Packaging & Marking Requirements Attachment 2 � Electronic Submission of Payment Requests (Yard) Attachment 3 - Open Market Provisions and Clauses USCG Points of Contact: Contracting Officer: Brian Eichelberger, Email: Brian.J.Eichelberger@uscg.mil Contract Specialist: Megan Maday, Megan.L.Maday@uscg.mil Instruction Section: The USCG reserves the right not to answer all submitted questions. Written responses to the questions submitted for this solicitation will be provided to all contractors, with due regard to the proper protection of proprietary information. The USCG will not provide information in response to telephone calls. Contacting other USCG personnel regarding this solicitation to gain procurement-sensitive information may result in disqualification from the evaluation process. UNIQUE ENTITY IDENTIFIER (UEI) NUMBER, FEDERAL TAX IDENTIFICATION NUMBER, and CAGE CODE must be included in the Vendors quote. All quotes submitted shall include cost breakdown, unit price, extended price, payment terms and discount offered for prompt payment. Nonconformance with the instructions provided may result in disqualification or unfavorable evaluation. Evaluation: The resulting purchase order from this solicitation will be issued as a FIRM FIXED PRICE purchase order. The purchase order will be made to the LOWEST-PRICE technically acceptable quote. The USCG intends to award the task order based on the initial quote without engaging in exchanges. However, the USCG reserves the right to conduct exchanges with one or more of the vendors if determined by the Contracting Officer to be necessary and in the best interests of the USCG. The USCG may reject any or all quotes if such action is in the public interest and waive informalities and minor irregularities in quotes received. Vendors are strongly encouraged to submit their best quote in response to this solicitation. The Government will first review the quotes for completeness/compliance (everything required to be submitted has been submitted). If a quote is found to be incomplete/non-compliant, it may be removed from the evaluation process, and it will not be further evaluated. Then the Government will list the remaining quotes by price, lowest to highest, and will begin the technical quote evaluation with the lowest priced Offeror. Upon finding the Offeror who meets the brand name requirements (i.e. technical acceptability), the Offeror�s price will be evaluated for reasonableness. If the first quote evaluated is technically acceptable with a price that is reasonable, evaluation will stop. If the first quote evaluated is either not technically acceptable or has a price that is not reasonable, the evaluation will continue. Once the lowest reasonably priced, technically acceptable quote is found evaluations will stop. The Government reserves the right to cancel this solicitation at any time.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/170be0ec7770425b9fb160604260c531/view)
 
Place of Performance
Address: Curtis Bay, MD, USA
Country: USA
 
Record
SN07576063-F 20250905/250903230041 (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.