This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 and FAR 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.
The solicitation number is 71117PR250000063 and is issued as a Request for Quotation (RFQ).
The solicitation document and incorporated provisions and clauses are those in effect through FAC 2025-05 Effective: 08/07/2025
The NAICS Code is 332420. This acquisition is set aside for small businesses. The size standard for this requirement is 750 employees.
USCG Arctic District, Juneau, AK, has a requirement for:
QTY 1: Outdoor Roth 400 gallon fuel tank, brand name or equal. To be considered equal, tank must be the same in purpose, size and functionality, double walled, and include OSV and shutoff valve for spill protection, fuel gauge to measure fuel without dipping, weatherization kit, and City of Juneau building permit. Must include shipping to 10718 Horizon Drive, Juneau, AK 99801.
QTY 1: Installation of 400-gallon fuel tank referenced above (concrete pad present) and run new fuel line from tank to boiler up to 25 feet
QTY 1: Decommission of existing fuel tank (fuel tank will have less than 50 gallons of fuel). Remove tank from cradle, cut the tank to half to clean out debris from the tank, dispose of sludge at City of Juneau Hazardous Waste Facility, remove the tank and tank cradle from property, and remove fuel line, if possible. Otherwise blow fuel line(s) clean and plug line(s).
Tank delivery, installation, and decommission must occur within 30 days of award. All quotes received must include the vendor’s plan to accommodate this schedule. Award is expected to be made on or around September 5, 2025.
FAR Provisions 52.212-1 and 52.212-2 apply to this acquisition. Evaluation criteria is best value, where technical and delivery schedule are more important than price. A complete copy of FAR 52.212-3, Offeror Representations and Certifications - Commercial Products and Commercial Services, must be completed in SAM.gov at the time of quote submission.
FAR 52.212-4 and addenda to FAR 52.212-4 apply to this acquisition. Addenda are: 52.204-13, 52.204-18, 52.252-2, 52.204-23 (HSAR DEVIATION), 52.204-25 (HSAR DEVIATION). FAR 52.212-5 applies to this acquisition, with the following checkboxes: 52.204-10, 52.204-27, 52.209-6, 52.219-28, 52.222-3, 52.222-19, 52.222-50, 52.225-13, 52.226-8, 52.232-33.
Where FAR clause language is inconsistent with FAR 13.004, Legal Effect of Quotations, that language is hereby tailored in accordance with FAR 12.302 to be consistent with a request for quotations. This tailoring includes, but is not limited to, the following: In accordance with FAR 13.004, a quotation is not an offer, and any clause provision to the contrary is hereby modified to be consistent with FAR 13.004. Where the word "offer/offeror" or a derivative of that word appears, it is changed to "quote/quoter" or a derivative of that word.
Quotes are due by September 5, 2025, at 1:00 p.m., Alaska time, to Robbin Kessler at robbin.m.kessler@uscg.mil to be considered for award. If it is in the best interest of the government, quotes submitted after the due date may be accepted. Quotes shall remain valid for 30 days unless otherwise expressly stated on the quote. Quotes shall list two points of contact for the offeror, including name, phone number, and email address.
All contractual and technical questions must be in writing. Questions must be received by September 3, 2025, 8:00 a.m. Alaska time, to Robbin Kessler at robbin.m.kessler@uscg.mil Telephone questions will not be accepted.