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 70Z03825QE0000084 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number 2025-05, effective 7 August 2025.
The applicable North American Industry Classification System (NAICS) code is 336413. The small business size standard is 1,250 employees. This is an unrestricted requirement. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency.
This is a brand-name requirement using the authority in FAR 6.302-1(c). In compliance with FAR 5.102(a)(6), a redacted copy of the justification and approval for other than full and open competition is attached to this solicitation. As a result of this synopsis/solicitation, it is anticipated that a firm-fixed price purchase order will be awarded on a brand name basis for the following item.
SCHEDULE OF SUPPLIES
Nomenclature: Nylon Soft Carrying Case, Green
Part Number: 9CI003
Quantity: one hundred (100) each
Optional Quantity:* up to one hundred (100) each
Required Delivery: one hundred fifty ( 150) days after receipt of order (ARO)
* FAR 52.217-6 Option for Increased Quantity Mar 1989
At the time of award, the USCG will place an order for the purchase of one hundred (100) Nylon Soft Carrying Cases. In accordance with FAR clause 52.217-6, the USCG may require additional Nylon Soft Carrying Cases up to a maximum of one hundred (100) each, with a minimum order quantity of 100 each, at the same price specified in the original purchase order. The Contracting Officer may exercise this option by written notice to the Contractor through one year after date of award. Delivery terms for additional orders shall be the same as called for in the original purchase order unless the parties otherwise agree.
Only the brand-name items requested in this solicitation will be considered for award. All items shall have clear traceability to the Original Equipment Manufacturer (OEM), Aviation Specialties Unlimited, Inc. (CAGE Code 1MFX9). Traceability means a clear, complete, documented, and auditable paper trail that traces each step from an OEM or distributor to its current location. All parts shall be NEW approved parts.
The contractor shall furnish a Certificate ofConfonnance (COC) IAW FAR clause 52.246-15. The COC must be submitted in the format specified in the clause. Offerors must be able to provide necessary certification including traceability to the manufacturer, manufacturer's COC and its own certificate of conformance. Prospective vendors who are not the OEM or an authorized distributor must provide traceability for the offered product back to the manufacturer or authorized distributor.
NOTE: NO DRAWINGS, SPECIFICATIONS, OR SCHEMATICS ARE AVAILABLE FROM THE USCG.
Please read the following attachments for additional information on applicable clauses, instructions to offerors, and
evaluation criteria:
1) Terms and Conditions
2) Brand Name Justification for Other Than Full and Open Competition
The closing date and time for receipt of offers is 11 September 2025 at 2:30 p.m. Eastern Time. The anticipated award date is on or about 15 September 2025. Email quotations are preferred and may be sent to Geneva.K.James@uscg.mil. Please indicate 70Z03825QE0000084 in the subject line.