Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 31, 2025 SAM #8648
SOLICITATION NOTICE

16 -- Parachute Tether Harnesses

Notice Date
7/29/2025 12:26:34 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
Contracting Office
AVIATION LOGISTICS CENTER (ALC)(00038) Elizabeth City NC 27909 USA
 
ZIP Code
27909
 
Solicitation Number
70Z03825QE0000064
 
Response Due
8/4/2025 11:30:00 AM
 
Archive Date
08/19/2025
 
Point of Contact
Stacey M. Riggs
 
E-Mail Address
stacey.m.riggs@uscg.mil
(stacey.m.riggs@uscg.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Regulation (FAR) subpart 12.6 and part 13 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. Solicitation number 70Z03825QE0000064 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular Number 2025-04, effective 11 June 2025. IAW FAR 6.302-1(a)(1), the United States Coast Guard (USCG), Aviation Logistics Center (ALC) plans to award one (1) purchase order with the Original Equipment Manufacturer (OEM) � Butler Parachute Systems, Inc. (CAGE Code: 0D4Z0) as the only known source of supply. Only the items requested in this solicitation will be considered for award. All parts shall have clear traceability to the OEM. Traceability means a clear, complete, documented, and auditable paper trail which traces each step from an OEM or distributor to its current location. All parts shall be FACTORY NEW. The applicable North American Industry Classification System (NAICS) code is 314999. The small business size standard is 550 employees. This is an unrestricted requirement. All responsible sources may submit a capability statement, proposal, or quotation which shall be considered by the agency. It is anticipated that a firm-fixed price purchase order will be awarded on a sole source basis for the items listed in the attached Schedule of Supplies. A redacted copy of the justification and approval for other than full and open competition is attached to this solicitation. Concerns having the expertise and required capabilities to provide these items are invited to submit offers IAW the requirements stipulated in this solicitation. All items shall be NEW approved items. Prospective vendors who are not the OEM or an authorized distributor must provide traceability for the offered product back to the manufacturer or authorized distributor. The contractor shall furnish a Certificate of Conformance (COC) IAW FAR clause 52.246-15. The COC must be submitted in the format specified in the clause. Offerors must be able to provide the necessary certification including traceability to the manufacturer, manufacturer's COC, and its own COC. NOTE: NO DRAWINGS, SPECIFICATIONS, OR SCHEMATICS ARE AVAILABLE FROM THE USCG. Please carefully review this solicitation�s attachments for additional information and requirements such as applicable clauses, instructions to offerors, and evaluation criteria: Attachment I � Schedule of Supplies Attachment II - Terms and Conditions FAC 2025-04 eff 11Jun2025 Attachment III - Justification and Approval for Other Than Full and Open Competition-Redacted The closing date and time for receipt of offers is 4 August 2025 at 2:30 p.m. Eastern Time. The anticipated award date is on or about 11 August 2025. Email quotations are preferred and may be sent to Stacey.M.Riggs@uscg.mil. Please indicate 70Z03825QE0000064 in the subject line.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/81581fe7a4cf45309498776e65eeea05/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07528236-F 20250731/250729230055 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.