Description
UPDAT 4/1/2026: Clarification - this requirement is for four sets of three items (4 berths, 4 sub-bases, 4 mattesses, 12 total items) with delivery of one set to each of the ships listed. Please account for all shipping costs to all four locations. The United States Coast Guard Deputy Commandant for Systems (DCS) is issuing this combined synopsis/solicitation on behalf of the Surface Forces Logistics Center (SFLC) to award a firm-fixed-price contract for the services described below. This announcement constitutes the only solicitation. This requirement consists of providing officer stateroom berthing items in support of the officer stateroom modification for USCGC STURGEON BAY, USCGC BISCAYNE BAY, USCGC THUNDER BAY, and USCGC MORRO BAY . The supplies include, but are not limited to, single officer beds, sub bases, and mattresses . The Government will require delivery to Bayonne, NJ; St. Ignace, MI; Rockland, ME; and Cleveland, OH . The required delivery date is 90 days after contract award . This acquisition is a total small business set-aside under NAICS code 337127 , with a corresponding small business size standard of 500 employees . The applicable Product Service Code (PSC) is 2090 . The Government will award to the responsible offeror whose offer represents the best value to the Government, considering price and non-price factors. Non-price factors include technical acceptability and past performance, including the offeror's demonstrated ability to provide supplies of similar type and complexity. The Government will evaluate past performance using information from the Contractor Performance Assessment Reporting System (CPARS), other Government records, and information provided by the offeror. The Government will not evaluate the absence of relevant past performance favorably or unfavorably. Offerors shall identify any subcontractors proposed to perform major or critical aspects of the requirement, including but not limited to manufacturing, sourcing, assembly, or fulfillment of the supplies. For each such subcontractor, the offeror shall provide the subcontractor's name, address, UEI, and a brief summary of relevant experience and past performance related to the proposed supplies. The Government will evaluate qualifications and past performance of the prime offeror and any identified subcontractors as part of the overall evaluation of the offeror's ability to successfully perform the requirement. Offerors are encouraged to submit sufficient descriptive information to demonstrate that the offered supplies meet the requirements of the solicitation. This may include product descriptions, specifications, part numbers, manufacturer information, or other documentation necessary to establish technical acceptability. Offerors are responsible for ensuring that the supplies offered are correct, complete, and compatible with the Government's requirements. The Government may consider the offeror's demonstrated understanding of the supplies and …
Classification
Place of Performance
Contracting Office
Contacts
Attachments (2)