Description
The United States Coast Guard, Surface Forces Logistics Center, (SFLC), intended to issue a solicitation for the procurement of a fire alarm control panel replacement and associated installation services. This is is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information in this notice. This solicitation is issued as a Request for Quote Number 52000RFQ260024349. This procurement will be processed in accordance with FAR Part 12. The Government previously conducted market research in anticipation of a potential sole-source acquisition; however, the Original Equipment Manufacturer (OEM) advised that multiple vendors may possess the capability to perform the required work. Accordingly, the Government is proceeding with a competitive solicitation. Due to the urgent operational requirements and extended estimated material lead times of approximately ten (10) weeks for the fire alarm panel system, the Government intends to utilize a shortened solicitation response period in accordance with FAR 5.203(a) and FAR 13.106-1(d), as applicable. The solicitation and any subsequent amendments will be posted to SAM.gov. It is the responsibility of interested vendors to monitor the solicitation site for any amendments or additional information pertaining to this requirement. The North American Industry Classification System (NAICS) is 238210. The small business size standard is $19.0 Million. 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. THE UNITED STATED COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUEST THE CONTRACTORS TO PROVIDE PRICING FOR THE FOLLOWING REQUIREMENT, BUT IS NOT LIMITED TO: A. REQUIREMENT: 1. The contractor shall provide Model 5831813-00A Fire Alarm Panel and Associated Installation Services, Brand Name Only (SALWICO CONSILIUM) IAW SOW. See Attached SOW. 1 LOT 2. Location of Performance (FBO Destination) CGC CHARLES SEXTON 100 Trumbo Point Rd. Key West, FL 33040 3. REQUIRED PERIOD OF PERFORMANCE: POP 5/18/2026 – 8/7/2026 SALWICO CONSILIUM BRAND NAME ONLY - NO EQUAL OR ALTERNATE PART WILL BE ACCEPTED. See Schedule B below. Vendor shall be an authorized Salwico Consilium Dealer. Vender shall provide verification documentation from OEM Manufacturer (Salwico Consilium). Interested Vendors shall demonstrate the capability to provide all required materials, technical drawings/plans, labor, and installation services within the required performance schedule. Interested Vendors shall provide product/service details, Product Data Sheet, and cost breakdown IAW SOW for technical review. Vendors shall provide a detailed cost breakdown to include all the specifications to be reviewed by a technical rep. NOTE: The…
Classification
Place of Performance
Contracting Office
Contacts
Attachments (1)