SOLICITATION NOTICE
66 -- Skipper DL2 System
- Notice Date
- 6/18/2025 11:36:53 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- C5I DIVISION 2 KEARNEYSVILLE KEARNEYSVILLE WV 25430 USA
- ZIP Code
- 25430
- Solicitation Number
- 52800PR250012493
- Response Due
- 6/25/2025 10:00:00 AM
- Archive Date
- 07/10/2025
- Point of Contact
- Brianna Riffle, Phone: 7034175595, Mark Rushing, Phone: 7034175596
- E-Mail Address
-
Brianna.Riffle@uscg.mil, Mark.A.Rushing@USCG.mil
(Brianna.Riffle@uscg.mil, Mark.A.Rushing@USCG.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- Combined Synopsis / Solicitation RFQ # 52800PR250012493 Contracting Office: USCG, CG 914-2, Kearneysville, WV Responses Due: On or before, Wednesday, 25 June 2025, at 1:00PM EST Total Small Business Set-Aside Brand Name Only requirement � No substitutions This is a combined synopsis solicitation for a commercial service prepared IAW the format in FAR subpart 12.6, Acquisition of Commercial Service, 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. The solicitation number is 52800PR250012493 and is issued as a Request for Quote (RFQ), unless otherwise indicated herein. This RFQ is for the acquisition of three (3) Skipper DLA Doppler Speed Log Dual Axis Systems, Part Number: SY-DL2SBSA and two (2) Skipper DLA Doppler Speed Log Dual Axis Systems (Retro Kit), Part Number: SY-DL2SW-SA. 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 http://www.sam.gov. UNIQUE ENTITY IDENTIFIER (UEI) NUMBER, FEDERAL TAX IDENTIFICATION NUMBER, AND CAGE CODE MUST BE INCLUDED. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03. The complete text of any of the provisions and clauses may be accessed in full at http://www.acquisition.gov/browse/index/far. The procurement is a Firm Fixed Price and the is associated North American Industrial Classification System (NAICS) code is 334511 � Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. The size standard for this NAICS is 1350 EMP. Product Service Code is: 6605 � Navigational Instruments. The description of the requirement is required on behalf of United States Coast Guard (USCG). The objective is to replace the SRD-500/SRD-500A Doppler Speed Log systems on National Security Cutters (Hulls 1-8) with the Skipper DL2 system that meets parameters outlined in the operational, functional and system requirements through the acquisition of three (3) Skipper DLA Doppler Speed Log Dual Axis Systems, Part Number: SY-DL2SBSA and two (2) Skipper DLA Doppler Speed Log Dual Axis Systems (Retro Kit), Part Number: SY-DL2SW-SA. Line item 0001: QTY � 2; UNIT � EA; P/N � SY-DL2SW-SA; DESCRIPTION � SKIPPER DL2 Speed Log - retro-fit kit Line item 0002: QTY � 2; UNIT � EA; P/N � CU-M001-SB; DESCRIPTION � Multi - PanelPC 9"" touch display Line item 0003: QTY � 2; UNIT � EA; P/N - JB70D2-SA; DESCRIPTION � Electronic Unit for DL2 Dual Axis Doppler Speed Line item 0004: QTY � 2; UNIT � EA; P/N - JB12-SA; DESCRIPTION � Junction Box, 12 pole for Speed Logs Line item 0005: QTY � 2; UNIT � EA; P/N - DL2SW-SA; DESCRIPTION � Log sensor DL2 for SPERRY SRD-421/500 Sea Line item 0006: QTY � 3; UNIT � EA; P/N - SY-DL2SB-SA; DESCRIPTION � SKIPPER DL2 Speed Log � complete kit Line item 0007: QTY � 3; UNIT � EA; P/N - SB-100-SB; DESCRIPTION � Sea Valve 100 mm, Single Bottom SST SKIPPER Line item 0008: QTY � 3; UNIT � EA; P/N - SB-100-SB-M-KIT; DESCRIPTION � (Needed for all SB-100-SB Sea Valves) Line item 0009: QTY � 3; UNIT � EA; P/N - CU-M001-SB; DESCRIPTION � Multi - PanelPC 9"" touch display Line item 0010: QTY � 3; UNIT � EA; P/N - JB12-SA; DESCRIPTION � Junction Box, 12 pole for Speed Logs Line item 0011: QTY � 3; UNIT � EA; P/N - JB70D2-SA; DESCRIPTION � ""Electronic Unit for DL2 Dual Axis Doppler Speed Log"" Line item 0012: QTY � 3; UNIT � EA; P/N - DL2SG-SA; DESCRIPTION � Log sensor DL2 SKIPPER for 100mm Sea Valve Line item 0013: QTY � 5; UNIT � EA; P/N � Pallet; DESCRIPTION � Pallet frames for shipping Line item 0014: QTY � 1; UNIT � EA; P/N � Shipping; DESCRIPTION � For Freight See �Attachment 1 � Requirements Document� for more details. Delivery By: No Later Than (NLT), 30 September 2025. Period of Performance: Date of Award (DOA) � 30 September 2025 Consignee and Destination: United States Coast Guard Surface Forces Logistics Center, 2401 Hawkins Point Rd, Baltimore, MD 21226 Solicitation Response Due: On or before, Wednesday, 25 June 2025, at 1:00PM EST � A response to the solicitation is due on or before the aforementioned date and time, IN WRITING, to the Contract Specialist Brianna Riffle, Brianna.Riffle@uscg.mil, and the Contracting Officer, Mark Rushing, Mark.A.Rushing@uscg.mil. Award will be made to the LOWEST-PRICE technically acceptable quote. This is a total Small Business set-aside. This is a Brand Name Only requirement. This solicitation includes the following attachments: Attachment 1: Requirements Document Attachment 2: FAR Clauses and Provisions Attachment 3: Electronic Submission of Payment Requests (invoicing instructions for the United States Coast Guard). Attachment 4: Brand Name Requirement Attachment 5: Military Packaging and Marking Requirements USCG Points of Contact: Contracting Officer: Mark A. Rushing, Email: Mark.A.Rushing@uscg.mil Contract Specialist: Brianna Riffle, Brianna.Riffle@uscg.mil Instructions: The USCG reserves the right not to answer all submitted questions. Written responses to the questions submitted for this solicitation will be provided to all contractors, with due regard to the proper protection of proprietary information. The USCG will not provide information in response to telephone calls. Contacting other USCG personnel regarding this solicitation in an attempt to gain procurement-sensitive information may result in disqualification from the evaluation process. Paper copies of this solicitation will not be issued and telephone requests or fax requests for the solicitation will not be accepted. UNIQUE ENTITY IDENTIFIER (UEI) NUMBER, FEDERAL TAX IDENTIFICATION NUMBER, and CAGE CODE must be included in the Vendors quote. All quotes submitted shall include cost breakdown, unit price, extended price, payment terms and discount offered for prompt payment. All applicable FAR Provisions and Clauses are attached via �Attachment 3: FAR Clauses and Provisions.� Please be sure to acknowledge the Provisions and Clauses in your response - changes or concerns regarding specific clauses should be addressed in your response or prior to. Nonconformance with the instructions provided may result in disqualification or unfavorable evaluation. Evaluation: The resulting purchase order from this solicitation will be issued as a FIRM FIXED PRICE purchase order. The purchase order will be made to the LOWEST-PRICE technically acceptable quote. The USCG intends to award the purchase order based on the initial quote without engaging in exchanges. However, the USCG reserves the right to conduct exchanges with one or more of the vendors if determined by the Contracting Officer to be necessary and in the best interests of the USCG. The USCG may reject any or all quotes if such action is in the public interest and waive informalities and minor irregularities in quotes received. Vendors are strongly encouraged to submit their best quote in response to this solicitation. The Government will first review the quotes for completeness/compliance (everything required to be submitted has been submitted). If a quote is found to be incomplete/non-compliant, it may be removed from the evaluation process, and it will not be further evaluated. Then the Government will list the remaining quotes by price, lowest to highest, and will begin the technical quote evaluation with the lowest priced Offeror. Upon finding the Offeror who meets the brand name requirements (i.e. technical acceptability), the Offeror�s price will be evaluated for reasonableness. If the first quote evaluated is technically acceptable with a price that is reasonable, evaluation will stop. If the first quote evaluated is either not technically acceptable or has a price that is not reasonable evaluation will continue. Once the lowest reasonably priced, technically acceptable quote is found evaluations will stop. The Government reserves the right to cancel this solicitation at any time.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/117eeed3f012483fb35364c39be05153/view)
- Place of Performance
- Address: Curtis Bay, MD 21226, USA
- Zip Code: 21226
- Country: USA
- Zip Code: 21226
- Record
- SN07483094-F 20250620/250618230338 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |