- 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 70Z03426QHONO0071 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 2025-05(AUG 2025).
- This procurement is 100% set aside for small business. The North American Industry Classification System (NAICS) code is 335311 and the business size standard is 800 PPL. This is an open market requirement and specs are attached. U.S. Coast Guard Regional Support Team Oceania 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 FEBRUARY 20, 2026, at 12 p.m. Hawaiian Standard Time.
ITEM 0001 – Solid State Frequency Converter (SSFC) designed to be capable of powering commercial and military aircraft type loads with a power quality of MIL-STD-704E at 400 Hertz, 115/200 volts AC, 3-Phase, 4 Wire from a utility power supply.
Quantity: 1 EA Delivery date: Please provide on submission
UNIT PRICE:_______________ TOTAL: _____________
- Place of Delivery is: USCG AIR STATION BARBERS POINT, 1 CORAL SEA RD, BLDG 1669, KAPOLEI, HI, 96707.
**** 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).
- 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:
- company’s complete mailing and remittance addresses,
- discounts for prompt payment if applicable
- cage code,
- SAMs Unique Entity ID,
- 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 PST on 20 FEBRUARY 2026. Quotes may be emailed to micah.j.sandusky@uscg.mil
- POC Micah J Sandusky, Contracting Officer, 571-614-5253.