SOLICITATION NOTICE
J -- 52000QR260000112 USCGC THETIS ANCHOR CHAIN PARTS
- Notice Date
- 10/24/2025 12:41:26 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- SFLC PROCUREMENT BRANCH 1(00080) NORFOLK VA 23510 USA
- ZIP Code
- 23510
- Solicitation Number
- 52000QR260000112
- Response Due
- 11/6/2025 6:00:00 AM
- Archive Date
- 11/21/2025
- Point of Contact
- Timothy ford, Sean Hoy, Phone: 7576284664
- E-Mail Address
-
timothy.s.ford@uscg.mil, Sean.W.Hoy@uscg.mil
(timothy.s.ford@uscg.mil, Sean.W.Hoy@uscg.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- 52000QR260000112 USCGC THETIS ANCHOR CHAIN PARTS Intent- USCGC THETIS requires renewal of Port & Starboard 1-1/2�x11 Links, Stud Link anchor chain and One Portside Anchor Chain 1- 3/8� -1-1/2� USN Swivel. 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 52000QR260000112. 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 1250. This is a 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 Port & Starboard 1-1/2�x11 Links, Stud Link anchor chain and One Portside Anchor Chain 1- 3/8� -1-1/2� USN Swivel DWG 803-55959226. Request Anchor Chain Parts be shipped to cutter�s homeport address below, required delivery date of 01 June 2026. USCGC THETIS (WMEC 910) 100 Trumbo Point Road Key West, FL 33040 Unit and Technical POC below: -The USCGC RESOLUTE POC: LT Matthew J. Orgill (Matthew.J.Orgill@uscg.mil). -USCG SFLC-MECPL, Technical POC: Kent W. Ross (Kent.W.Ross@uscg.mil). 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 contractor responsible 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) Shipping Cost (4) Extended Price (5) Total Price (6) Payment Terms (7) Discount offered for prompt payment (8) Company Unique Entity ID (UEI) and Cage Code.. Quotes must be received no later than 06, November 2025 at 9 A.M. Eastern Standard Time. Email quotes are acceptable and shall be sent to TIMOTHY FORD at email address TIMOTHY.S.FORD@USCG.MIL and carbon copy the Contracting Officer Sean Hoy at email address Sean.W.Hoy@uscg.mil. Any questions or concerns regarding any aspect of the RFQ must be forwarded to TIMOTHY FORD at email address TIMOTHY.S.FORD@USCG.MIL carbon copy the Contracting Officer Sean Hoy at email address Sean.W.Hoy@uscg.mil. The following FAR Clauses and Provisions apply to this acquisition: FAR 52.212-1 - Instructions to Offerors - Commercial Items (Sep 2023) FAR 52.212-2 - Evaluation - Commercial Items (Nov 2021) Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, past performance and quality. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (May 2024) to include Alt I (Nov 2021). Offeror shall complete annual representations and certification electronically via the System for Award Management (SAM) website accessed through https://www.sam.gov. FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Nov 2023) with the following addenda. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2025) FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at https://acquisition.gov. FAR 52.204-7 � System for Award Management (Nov 2024). Contractors are located and identified in SAM by their UEI number. Contractors are located and identified in SAM by their UEI number. To facilitate payment via Electronic Funds Transfer - SAM, contractors shall be registered in SAM. A UEI number can be obtained via https://www.dnb.com and SAM registration can be obtained via https://www.sam.gov. FAR 52.232-18, Availability of Funds- Funds are not presently available at the time of this solicitation for this contract. The Government�s obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer The following clauses, and others as directed by the Contracting Officer as applicable, shall apply to this awarded contract: FAR 52.222-3 - Convict Labor (Jun 2003) FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies (Jan2025) (E.O.13126). FAR 52.222-35 - Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212). FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793). FAR 52.222-37 - Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212). FAR 52.222-50 - Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627). FAR 52.225-1 - Buy American Supplies (Oct 2022) (41 U.S.C. chapter 83). (51) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).FAR 52.232-33 - Payment by Electronic Funds Transfer - Systems for Award Management (Oct 2018) FAR 52.233-3 - Protest After Award (Aug 1996) FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004) 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).
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/86f2f6419f8843c0a94192034a96c1a0/view)
- Place of Performance
- Address: Key West, FL 33040, USA
- Zip Code: 33040
- Country: USA
- Zip Code: 33040
- Record
- SN07627607-F 20251026/251024230036 (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 |