Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 13, 2025 SAM #8783
SOLICITATION NOTICE

20 -- RHIB NOTCH ULTRA POLY PAD

Notice Date
12/11/2025 7:19:35 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333998 —
 
Contracting Office
SFLC PROCUREMENT BRANCH 1(00080) NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
70Z08026QZC001
 
Response Due
12/15/2025 7:00:00 AM
 
Archive Date
12/30/2025
 
Point of Contact
YVETTE R. JOHNSON
 
E-Mail Address
YVETTE.R.JOHNSON@USCG.MIL
(YVETTE.R.JOHNSON@USCG.MIL)
 
Description
The United States Coast Guard Surface Forces Logistics Center has a requirement and requesting quotations for the following part: Item 1) NSN: 2040-01-F11-2448 RHIB NOTCH ULTRA-PO ULTRA-POLY PAD, PART ""G"". RHIB FORWARD SKID PAD, CENTER DESCRIPTION: 12 INCHES WIDE X 48 INCHES LONG, YELLOW REPRO UV STABLE. DRILLED AND FABRICATED PER DRAWINGS, 1.25 INCH THICK WITH WHMW-PE BACKING MATERIAL. MFG: ULTRA POLY INC PART NUMBER: 6139231 QUANTITY: 10 EACH Item 2) NSN: 2040-01-F11-2447 RHIB NOTCH ULTRA-PO NOTCH PAD, PIECE ""D"" DESCRIPTION: 12 INCHES WIDE X 96 INCHES LONG X 1.25 INCHES THICK, WITH STAGGERED RUBBER BACKING FROM 2.35 INCHES TO 2.75 INCHES, DRILLED PER DRAWING. COLOR IS GRAY. FOR SMALL BOAT RETRIEVAL NOTCH. MFG: ULTRA POLY INC PART NUMBER: 6139248 QUANTITY: 10 EACH Item 3) NSN: 2040-01-F11-2446 RHIB NOTCH ULTRA-PO ULTRA-POLY NOTCH PAD, PART ""C"". ITEM IS USED IN THE LAUNCH AND RECOVERY STERN RAMP NOTCH. THIS PAD IS MOUNTED ON THE PORT OUTBOARD AFT SECTION OF THE STERN RAMP. DIMENSIONS: 25 INCHES WIDE X 49 INCHES LONG X 1.25 INCHES THICK, WITH GRADUATED RUBBER BACKING, DRILLED AND FABRICATED IN GRAY OR BLACK REPRO GRADE, UHMW-PE. MFG: ULTRA POLY INC PART NUMBER: 6139264 QUANTITY: 11 EACH Item 4) NSN: 2040-01-F11-2449 RHIB NOTCH ULTRA-PO DIMENSIONS: 12 INCHES WIDE X 49 INCHES LONG X 1.25 INCHES THICK WITH 1 INCH RUBBER BACKING, DRILLED DRILLED AND FABRICATED IN TELLOW, REPRO GRADE, UHMW-PE. MOUNTED IN THE SMALL BOAT LAUNCH AND RECOVERY STERN RAMP NOTCH. MFG: ULTRA POLY INC PART NUMBER: 6139272 QUANTITY: 08 EACH Item 5) NSN: 2040-01-F14-3714 RHIB NOTCH ULTRA-PO ULTRAPOLY, COLOR YELLOW WITH RUBBER BACKING. ITEM IS THE NEW (F) CENTER PAD WHICH REPLACES THE OLD (F) AND (E) PADS. THIS PAD IS WIDER THAN THE OLD (F) PAD BUT HAS THE SAME BOLTING PATTERN. MFG: ULTRA POLY INC PART NUMBER: PU110112JHM QUANTITY: 07 EACH **TO BE CONSIDERED FOR AWARD PROPOSED PRICE TO INCLUDE YOUR ARE ABLE TO MEET USCG SFLC PACKAGING REQUIREMENTS** EACH ITEM SHALL BE INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MIL-STD-2073-1E METHOD 10, CUSHIONED AS APPROPRIATE TO PREVENT MOVEMENT OR DAMAGE FROM EXTERNAL IMPACT. EACH ITEM SHALL THEN BE PACKED IN AN APPROPRIATELY SIZED ASTM-D5118 DOUBLE-WALL FIBERBOARD BOX. 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. Award will be lowest price technically acceptable. The Coast Guard intends to award on 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 DEC 15, 2025 at 10:00 am Eastern Standard Time. EMAIL PROPOSED PRICE QUOTE TO: YVETTE.R.JOHNSON@USCG.MIL 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 (Nov 2021); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Dec 2022) 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.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Dec 2022); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dec 2022). 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) 52.212-5 are applicable: FAR 52.219-28, Post Award Small Business Program representation (Oct 2022)(15 U.S.C. 632(a)(2); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2022) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (April 2015); FAR 52.222-26, Equal Opportunity (Sep 2016)(E.O. 11246); FAR 52.222-36, Equal Opportunity for workers with disabilities (Jun 2020);FAR 52.222-50, Combat Trafficking in Persons (October 2020)(22 U.S.C. chapter 78 and E.O. 13627); FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Jun 2020) (E.O. 13513); FAR 52.225.1 Buy American Act-Supplies (Oct 2022); FAR 52.225-3, Buy American Act-Free Trade Agreement (Oct 2022)(41 U.S.C. 10a-10d); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021); 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018)(31 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: Copies of HSAR clauses may be obtained electronically at www.dhs.gov. CGAP 3042.302-90 Valuation Requirements for the Acquisition of Spare Parts Purchased for Inventory Control Points from HQ Contracts (OCT 2008). Copies of CGAP clauses may be obtained electronically at: www.uscg.mil/acquisition/procurement/pdf/CIM_4200_19H.pdf
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/abfc6283ce774e2d9b3a3fe2173cfa9b/view)
 
Record
SN07663427-F 20251213/251211230035 (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.