The United States Coast Guard Surface Forces Logistics Center has a emergent requirement and requesting quotations for the following parts:
Item 1)
NSN: 6220-01-536-1038
SEARCHLIGHT, 350 WATT ARC, 25
350 WATT XENON ARC SEARCHLIGHT (25 MILLION CANDLEPOWER), 12" HEAD, REMOTE ELECTRIC BEAM FOCUS (1 - 15 DEGREES), EXTERNAL MANUAL BEAM-SIZE FOCUS KNOB, NICKEL REFLECTOR, DOOR INTERLOCK SAFETY SWITCH, ALUMINUM AND STAINLESS STEEL CONSTRUCTION, POWDER COAT FINISH, EXCEEDS 385 DEGREE ROTATION (WITH SLIDING STOP), 115 VAC, OVERALL DIMENSIONS 34" X 21" X 21" , WEIGHT IS 65 LBS.
THIS SEARCH LIGHT DOES NOT COME WITH A POWER SUPPLY, CONTROL STATION OR INFRARED FILTER, THESE ARE ORDERED SEPARATELY.
EACH ITEM SHALL BE INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MIL-STD-2073-1E METHOD 10, SECURED TO CRATE OR CUSHIONED AS APPROPRIATE TO PREVENT MOVEMENT OR DAMAGE FROM EXTERNAL IMPACT. EACH ITEM SHALL THEN BE PACKED IN AN APPROPRIATELY SIZED ASTMD6251 TYPE III, CLASS 1 WOOD-CLEATED PANELBOARD SHIPPING BOX, ASTM-D6880 CLASS 2 HEAVY DUTY SCREWED WOODEN BOX OR ASTM-D5118 DOUBLE-WALL FIBERBOARD BOX.
EACH PACKAGE SHALL BE MARKED IAW MIL-STD-129R EXCEPT BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY.
ALL ITEMS ARE INSPECTED WHEN DELIVERED TO THE COAST GUARD WAREHOUSE. FAILURE TO MEET THE REQUIREMENTS FOR PACKAGING, PACKING, MARKING (PP&M) AND BAR-CODING WILL RESULT IN THE ITEM(S) BEING REJECTED AND POSSIBLY RETURNED TO THE VENDOR. THIS WILL DELAY PAYMENT. ANY QUESTIONS CONCERNING THE PP&M REQUIREMENTS OR BAR-CODING SHOULD BE ADDRESSED WITH THE CONTRACTING OFFICER PRIOR TO CONTRACT AWARD.
MFG: THE CARLISLE AND FINCH COMPANY
PN: XY3-EDE-24ARF3
QTY: 6 EA
*****STANDARD COMMERCIAL PACKAGING IS UNACCEPTABLE, IF YOU CANNOT MEET THE COAST GUARDS PACKAGING REQUIREMENTS YOUR QUOTE WILL NOT BE ACCEPTED. *****
Ship to: USCG SFLC, RECEIVING ROOM- BLDG. 88, 2401 HAWKINS POINT ROAD, BALTIMORE, MD 21226
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2025-04 (Jun 11, 2025) 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 334511 and the business size standard is 1350. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.106 apply.
Substitute parts are not acceptable. It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this synopsis/solicitation. It is the Government’s belief that only The Carlisle and Finch Company and/or their authorized distributors can offer these units. Concerns having the expertise and required capabilities to provide this item are invited to submit complete information discussing the same within two (2) calendar days from the day this notice posted. The data must include sufficient details to allow the Coast Guard to evaluate the proposal relative to the requirements. The information submitted must include a letter from the OEM verifying the offeror is an authorized distributor verifying the OEM will supply genuine OEM parts.
The U.S. Coast Guard intends to award on an all or none basis to a responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government. The award will be lowest price technically acceptable. The Coast Guard 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 have valid DUNS numbers and be registered with SYSTEMS FOR AWARD MANAGEMENT (www.sam.gov) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is July 31, 2025, at 10:00 am Eastern Standard Time
OFFERORS MUST SUBMIT THE FOLLOWING INFORMATION ON THEIR QUOTE:
Disclosure: The offeror under this solicitation represents that [Check one]:
__ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73;
__ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or
__it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submit a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal
__HSAR 3052.209-70 Prohibition on contracts with corporate expatriates (June 2006)
(End of provision)
The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (Sep 2023); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2024) with Alternate I, Offeror(s) must include a completed copy of FAR 52.212-3 with their quote.
The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.acquisition.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Nov 2023); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2025).
The following clauses listed within FAR:
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)
52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553)
52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)
The following clauses listed within 52.212-5 are applicable:
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Jun 2020, with Alternate I (Nov 2021)
FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Mar 2020)
52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (June 2020)