- This is a combined synopsis/solicitation for commercial item contract, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued.
- Solicitation number 2125405B3000HE033 applies, and is issued as a Request for Quotation.
- This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02(FEB 2023).
- This procurement is 100% set aside for small business. The North American Industry Classification System (NAICS) code is 336611 and the business size standard is 1000 PPL. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract.
- All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency Companies must be registered with System for Award Management (SAM) @ www.sam.gov and shall provide the company SAM ID & Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is _JUNE 04 , 2025_, at _12_ p.m. Eastern Standard Time.
ITEM 0001 – NSN 4720 01-690-7769
HOSE ASSEMBLY, NONMETALLIC
DEEMAXX 18" RUBBER BREAKLINE #DOT-RFL-18.
MFG NAME: EVOLUTION TRAILER TECHNOLOGIES
PART_NBR: DOT-RFL-18
Quantity: 75 EA Delivery date: 07/07/2025
UNIT PRICE:_______________ TOTAL: _____________
ITEM 0002 – NSN 2590 01-667-1381
SUPPORT, BOAT, TRAILER
V-BUNK WITH CARPET FOR 29 RBS TRAILER.
MFG NAME: EVOLUTION TRAILER TECHNOLOGIES
PART_NBR: ET050-100A
Quantity: 50 EA Delivery date: 07/07/2025
UNIT PRICE:_______________ TOTAL: _____________
ITEM 0003 – NSN 2590 01-672-8850
CROSS MEMBER SKID KIT
RBS CROSS MEMBER SKIT KIT COMPLETE W/ ISOLATION
TAPE AND
HARDWARE:
3EA. 4" X 16" SKID PAD
1EA. 5" X 16" SKID PAD
4EA. 16" ISOLATION TAPE
12EA. 5/16X1.5" 316 SS BOLTS
12EA. 5/16 NYLOCK LOCKNUTS
24EA. 5/16 316 SS FLAT WASHERS
24EA. 5/16 NYLON FLAT WASHERS
MFG NAME: EVOLUTION TRAILER TECHNOLOGIES
PART_NBR: ET050-105A
Quantity: 30 EA Delivery date: 07/07/2025
UNIT PRICE:_______________ TOTAL: _____________
ITEM 0004 – NSN 2590 01-671-4604
REAR BUNK LEFT HAND
RB-S REAR BUNK ALUMINUM LEFT HAND WITH WELDED GUSSETS.
MFG NAME: EVOLUTION TRAILER TECHNOLOGIES
PART_NBR: ET050-108A
Quantity: 30 EA Delivery date: 07/07/2025
UNIT PRICE:_______________ TOTAL: _____________
ITEM 0005 – NSN 2590 01-671-4606
REAR BUNK RIGHT HAND
29 RB-S REAR BUNK ALUMINUM RIGHT HAND SIDE WITH WELDED GUSSETS.
MFG NAME: EVOLUTION TRAILER TECHNOLOGIES
PART_NBR: ET050-108AA
Quantity: 10 EA Delivery date: 07/07/2025
UNIT PRICE:_______________ TOTAL: _____________
ITEM 0006 – NSN 2590 01-671-4610
REAR BUNK SKID PAD KIT
29RBS REAR BUNK SKID KIT COMPLETE SET- UHMW LONG BUNKS (ONE SIDE).
MFG NAME: EVOLUTION TRAILER TECHNOLOGIES
PART_NBR: ET050-108SK
Quantity: 40 EA Delivery date: 07/07/2025
UNIT PRICE:_______________ TOTAL: _____________
ITEM 0007 – NSN 2590 01-671-4592
BOW STOP ASEMBLY
29RBS TRAILER. BOW STOP ASSEMBLY COMPLETE KIT:
ALUMINUM BOW
STOP, BLOCKS, AND
HARDWARE 22 LBS, 16X16X16.
RBS BOW STOP ASSEMBLY COMPLETE
1 - ALUMINUM BOW STOP
2 - RBS BOW STOP BLOCKS (SET)
4 - 1/2-13X2" HEX CAP SCREWS
4 - 1/2-13 NYLON LOCK NUTS (SS)
1 - ISO TAPE
22 LBS. 15X10X10
MFG NAME: EVOLUTION TRAILER TECHNOLOGIES
PART_NBR: ET050-120
Quantity: 50 EA Delivery date: 07/07/2025
UNIT PRICE:_______________ TOTAL: _____________
ITEM 0008 – NSN 2530 01-645-5175
WHEEL PNEUMATIC TIRE
ITEM INCLUDES TIRE ALREADY MOUNTED ON THE SPECIFIC RIM USED ON THE 29RBS TRAILER. TIRE- INFLATED. 6 LUG RIM. (GY2358016E-6GS-END)
**GY ENDURANCE 235/80 16 E. 6 LUG GALVANIZED SPOKE. NEW RBS REPLACEMENT TIRE & RIM
MFG NAME: EVOLUTION TRAILER TECHNOLOGIES
PART_NBR: ET13-012
Quantity: 150 EA Delivery date: 07/07/2025
UNIT PRICE:_______________ TOTAL: _____________
- Place of Delivery is: USCG YARD, 2401 Hawkins Point Road, Bldg 88, Baltimore, MD 21226.
**** Please quote prices FOB Destination. ****
- The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (MAR 2023). 1. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: a) company’s complete mailing and remittance addresses, b) discounts for prompt payment if applicable c) cage code, d) SAMs Unique Entity ID,
e) Taxpayer ID number.
-
-
- Offerors shall agree to the delivery condition by the government.
Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer.
- 52.212-2 Evaluation-Commercial Items (OCT 2014). – Delivery, pricing and relevant past performance are the evaluation factors. This is a commercial item acquisition. Award will be made to lowest cost technically acceptable. All evaluation factors will be considered as DELIVERY is as important as cost. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the lowest cost technically acceptable and meeting our PDD. The evaluation and award procedures in FAR 13.106 apply.
- FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (OCT 2018) with Alt 1 included are to be submitted with your offers.
- FAR 52.212-4 Contract Terms and Conditions-Commercial Items (DEC 2022) applies to this acquisition.
- FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (MAR 2023). The following clauses listed in 52.212-5 are incorporated:
- 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub.L. 109-282)(31 U.S.C. 6101 note).
- 52.204-13, System for Award Management Registration (OCT 2018)
- 52.219-6, Notice of Total Small Business Aside (Nov 2020) (15 U.S.C. 644).
- 52.219-28, Post Award Small Business Program Rerepresentation (MAR 2023) (15 U.S.C. 632 (a)(2).
- 52.222-3 Convict labor (June 2003) (E.O. 11755)
- 52.222.19 Child Labor-Cooperation with Authorities and Remedies (JAN 2018) (EO 11755)
- 52.222-26 Equal Opportunity (SEP 2016)(E.O. 11246)
- 52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).
- 52.222-50, Combating Trafficking in Persons (NOV 2021) (22 U.S.C. chapter 78 and E.O. 13627)
- 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).
- 52.225-1, Buy American-Supplies (OCT 2022) (41 U.S.C. chapter 83)
- 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).
- 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2018)(31.S.C. 3332).
- 52.222-41, Service Contract Act of 1965 (AUG 2018) (41 U.S.C. 351, et seq.).
- 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.).
- 52.233-3 Protest after award (Aug. 1996.)
- 52.233-4 Applicable Law for Breach of Contract Chain (Oct.2004).
- Defense Priorities and Allocations System (DPAS): N/A
- QUOTES ARE DUE BY 12:00 PM EST on 04 JUNE 2025. Quotes may be emailed to Brandie.r.dunnigan@uscg.mil
- POC is Brandie Dunnigan, Procurement Agent, 571-607-2369.