This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals and a written solicitation will not be issued (SF1449).
The Solicitation 60100PR250000663 is issued as a Request for Quotation (RFQ). Submit written offers only, oral offers will not be accepted. This Combined Synopsis/Solicitation requires registration with the System for Award Management (SAM) at the time a quote is submitted, excluding outlined in FAR 4.1102(a). Registration information can be found at https://www.sam.gov/SAM/.
This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2025-05 with effective date 08/07/2025. The complete text of any of the clauses and provisions may be accessed in full text at https://www.acquisition.gov/browse/index/far.
This procurement is a 100% Total Small Business Set-Aside and the associated North American Industry Classification System (NAICS) Code is 561720, with Size Standard is $22,000,000. Product Service Code: S201 - Janitorial Services.
Description: Buff & Coat Floors at 4 Seneca Dr.
6. The United States Coast Guard (USCG) Academy located at:
USCG Academy
15 Mohegan Avenue
New London, CT 06320-8100
7. Scope of Work (SOW):
The U.S. Coast Guard Academy is seeking a service to buff & coat floors. The contractor shall furnish all labor, material, equipment, and transportation, to refinish hardwood floors at 4 Seneca Dr, Coast Guard Academy, New London, Connecticut. All requirements shall be met for the SOW attached to this notice.
8. Service Contract Act Wage Determination No. WD 2015-4111 (Rev.-32) was first posted on SAM.gov on 08/05/2025, applies to this acquisition and will be incorporated into the resulting contract. The contractor shall identify the Wage Category in their offer.
9. Quotes:
All quotes shall be detailed in specific to a firm- fix price cost.
Example:
0001 - labor
0002 - materials/supplies
E.g.
Submission of a quote that does not contain all items requested may result in elimination from consideration of the award. Offerors must submit each item of quote in a separate electronic attachment (certs, quote, past performance e.g.) clearly identified as described below. Offerors are responsible for including sufficient details to permit a complete and accurate evaluation of each quote.
Pricing shall be submitted as requested in the Schedule of Services. Total price will be evaluated by the Government. The proposed price should reflect a clear understanding of the requirements is consistent with the various elements of the offer.
*Section B Offerors Representations and Certifications: A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at www.sam.gov. All Offerors shall be registered and current in the System for Award Management (SAM) database.
- Reference Active UEI in SAM on your Quote and the registration shall be active.
10a. Technical Proposal: Offeror shall submit company's detailed technical approach and methodology for completing all requirements of the Scope of Work (SOW). The Technical Volume shall not exceed thirty (10) pages in length, with 12-point font. Page limitation includes any drawings, charts, pictures, etc., and excludes section dividers, table of contents, figures/tables, glossary of terms and cross-referencing indices and resumes -all of which are not considered content pages.
Be very detailed to the service being provide and platform used to provide such searches e.g.
10b. BASIS FOR AWARD
The Government will award a firm fixed priced contract to a responsive offeror (who submits all required submissions on time), whose past performance does not pose a risk to the Government, and whose offer is Technically Acceptable. An offer is technically acceptable if its technical capabilities conform to the Government's Performance Work Statement or listed specs whichever is applicable to the buy.
All quotes will be emailed to: Katherine.m.discenza@uscg.mil
Offerors understand that their quote is ranked by price and technical acceptance; however, pursuant to applicable acquisition regulations and/or departmental guidelines, Buyers may use criteria other than price to evaluate offers. Accordingly, please note that, to the extent required by applicable regulations and/or guidelines, award will be made to the offeror responsible whose offer conforming to the solicitation will be most advantageous to the Buyer on the basis of price, technical capability, delivery, and past performance.
*Lowest Price Technically Acceptable (LPTA)
11. All quotes are due at 12:00 pm EST 08-September-2025.
The Government will award a Firm-Fixed Price contract resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to the synopsis/solicitation will be most advantageous to the Government, price and other factors considered.
12. Site visit information:
Bidders are encouraged to visit the site to become familiar with existing conditions. Failure to do so will not relieve the successful bidder from furnishing all labor, materials, and equipment to satisfactorily complete performance of all required work. Bidders shall contact the primary TA to schedule a site visit.
POCs: Philip.J.Pensis@uscg.mil & Atl. POC Jason.m.askew@uscg.mil
13. After award is determined and issued, invoices will be completed through the IPP platform @ www.ipp.gov for invoice payments.
14. The Government reserves the right to cancel this solicitation at any time.
Referenced Provisions / Clauses:
52.202-1 Definitions.
52.203-5 Covenant Against Contingent Fees.
52.203-6 Restrictions on Subcontractor Sales to the Government.
52.203-6_Alternate I
52.203-7 Anti-Kickback Procedures.
52.203-17 Contractor Employee Whistleblower Rights.
52.204-19 Incorporation by Reference of Representations and Certifications.
52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities.
52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment.
52.222-50 Combating Trafficking in Persons.
52.222-50_Alternate I
52.225-25 Prohibition on Contracting With Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications.
52.226-8 Encouraging Contractor Policies to Ban Text Messaging While Driving.
52.232-1 Payments.
52.232-39 Unenforceability of Unauthorized Obligations.
52.232-40 Providing Accelerated Payments to Small Business Subcontractors.
52.233-3 Protest after Award.
52.233-3_Alternate I
52.233-4 Applicable Law for Breach of Contract Claim.
52.240-1 Prohibition on Unmanned Aircraft Systems Manufactured or Assembled by American Security Drone Act-Covered Foreign Entities.
52.244-6 Subcontracts for Commercial Products and Commercial Services.
52.204-29 Federal Acquisition Supply Chain Security Act Orders—Representation and Disclosures.
See full reference:
Federal Acquisition Supply Chain Security Act Orders—Representation and Disclosures (Dec 2023)
(a) Definitions. As used in this provision, Covered article, FASCSA order, Intelligence community, National security system, Reasonable inquiry, Sensitive compartmented information, Sensitive compartmented information system, and Source have the meaning provided in the clause 52.204-30, Federal Acquisition Supply Chain Security Act Orders—Prohibition.
(b) Prohibition. Contractors are prohibited from providing or using as part of the performance of the contract any covered article, or any products or services produced or provided by a source, if the prohibition is set out in an applicable Federal Acquisition Supply Chain Security Act (FASCSA) order, as described in paragraph (b)(1) of FAR 52.204-30, Federal Acquisition Supply Chain Security Act Orders—Prohibition.
(c) Procedures. (1) The Offeror shall search for the phrase “FASCSA order” in the System for Award Management (SAM)( https://www.sam.gov) for any covered article, or any products or services produced or provided by a source, if there is an applicable FASCSA order described in paragraph (b)(1) of FAR 52.204-30, Federal Acquisition Supply Chain Security Act Orders—Prohibition.
(2) The Offeror shall review the solicitation for any FASCSA orders that are not in SAM, but are effective and do apply to the solicitation and resultant contract (see FAR 4.2303(c)(2)).
(3) FASCSA orders issued after the date of solicitation do not apply unless added by an amendment to the solicitation.
(d) Representation. By submission of this offer, the offeror represents that it has conducted a reasonable inquiry, and that the offeror does not propose to provide or use in response to this solicitation any covered article, or any products or services produced or provided by a source, if the covered article or the source is prohibited by an applicable FASCSA order in effect on the date the solicitation was issued, except as waived by the solicitation, or as disclosed in paragraph (e).
(e) Disclosures. The purpose for this disclosure is so the Government may decide whether to issue a waiver. For any covered article, or any products or services produced or provided by a source, if the covered article or the source is subject to an applicable FASCSA order, and the Offeror is unable to represent compliance, then the Offeror shall provide the following information as part of the offer:
(1) Name of the product or service provided to the Government;
(2) Name of the covered article or source subject to a FASCSA order;
(3) If applicable, name of the vendor, including the Commercial and Government Entity code and unique entity identifier (if known), that supplied the covered article or the product or service to the Offeror;
(4) Brand;
(5) Model number (original equipment manufacturer number, manufacturer part number, or wholesaler number);
(6) Item description;
(7) Reason why the applicable covered article or the product or service is being provided or used;
(f) Executive agency review of disclosures. The contracting officer will review disclosures provided in paragraph (e) to determine if any waiver may be sought. A contracting officer may choose not to pursue a waiver for covered articles or sources otherwise subject to a FASCSA order and may instead make an award to an offeror that does not require a waiver.
(End of provision)