This is a combined synopsis/solicitation Nr 52000QR250020216 for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, and 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. The NAICS code for this solicitation is 336611. The small business size standard is 1500. 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.
NOTE: The USCG/Government reserves the right to Award on an All or None Basis that is the Government may issue a Purchase Order (PO) to the Offeror that submits the lowest aggregate price rather than issue a Purchase Order to each Offeror based on the lowest Quotation on each item.
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 responsible contractor whose quote conformed to the solicitation which will be 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 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) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company Unique Entity ID (UEI) and Cage Code..
Quotes must be received no later than MONDAY July 21, 2025 09:00 A.M. Eastern Standard Time. Email quotes are acceptable and should be sent to Ford, T S PO1 USCG SFLC (USA) at email address – Timothy.S.Ford@uscg.mil
Any questions or concerns regarding any aspect of the RFQ must be forwarded to the Contracting Specialist, to Ford, T S PO1 USCG SFLC (USA) at email address Timothy.S.Ford@uscg.mil .
The following FAR Clauses and Provisions apply to this acquisition:
SEE ATTACHED FAR MATRIX FOR APPLICABLE CLAUSES
Contractors are located and identified in SAM by their UEI number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A UEI number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov.
Statement of Work (SOW)
CGC OSPREY Fire System Inspection
PR# 52000PR250020216
- Background and Current Observed Issues
CGC OSPREY is requires inspection/certification and hydrostatic testing of the installed CO2 system and inspection/certification of the Galley range guard R-102 fire system.
- REFERENCES
CG MPC N33005.D
CG MPC N10047.0
- REQUIREMENTS
Entity completing the work will have trained personnel. Contractor must inspect and repair the installed CO2 flooding system to ensure CO2 bottle is refilled and hydrostatically tested and recertify system IAW CG MPC N33005.D. Contractor must inspect/certify the installed R102 galley range guard system.
- PERIOD OF PERFORMANCE
The period of the performance is requested to be completed by 28 August 2025.
- PLACE OF PERFORMANCE
The primary place of performance shall be at CGC OPSREY homeport located at below address:
CGC OSPREY
102 Benedict street
Port Townsend WA 98368
Cutter Point of Contact:
MKC Amanda Cole, Engineer Petty Officer
Cell: 360-301-3714
Email: Amanda.m.cole@uscg.mil
Contracting Officer Technical Representative (COR):
CWO Jim Beechey
Office: (757) 628-4632
Email: James.E.Beechey@uscg.mil