Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 20, 2025 SAM #8790
SOLICITATION NOTICE

N -- Surveillance System- USCG STA Yaquina Bay

Notice Date
12/18/2025 3:43:43 PM
 
Notice Type
Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
BASE SEATTLE(00033) SEATTLE WA 98134 USA
 
ZIP Code
98134
 
Solicitation Number
70Z033QSEAT0002
 
Response Due
1/23/2026 3:00:00 PM
 
Archive Date
02/07/2026
 
Point of Contact
Ava Stow, Elizabeth Meister
 
E-Mail Address
Ava.M.Stow@uscg.mil, elizabeth.a.meister@uscg.mil
(Ava.M.Stow@uscg.mil, elizabeth.a.meister@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
DESCRIPTION OF REQUIREMENT: The U.S. Coast Guard requires services for the removal and full disposal of an existing security camera system and the installation of a new, complete TAA-compliant CCTV system. The work includes system design, procurement, hardware installation for up to nine (9) cameras, software configuration, and CAT6 wireline infrastructure. The system is intended to monitor and secure the property, covering specified indoor and outdoor areas with 24/7 day and nighttime capabilities, and must store a minimum of 30 days of video. The contractor will provide all labor, materials, services, equipment, and supervision. The Government intends to issue a firm-fixed-price purchase order for this project. The full scope of work and specifications will be included in the solicitation documents. Project Address: U.S. Coast Guard STA Yaquina Bay, 925 SW Naterlin Rd., Newport, OR 97365, United States This acquisition is set-aside 100% for SMALL BUSINESS. Where Federal Acquisition Regulation clause language is inconsistent with FAR 13.004, Legal Effect of Quotations, that language is hereby tailored in accordance with FAR 12.302 to be consistent with a request for quotations. This tailoring includes but is not limited to the following: In accordance with FAR 13.004, a quotation is not an offer, and any clause provision to the contrary is hereby modified to be consistent with FAR 13.004. Where the word ""offer/offeror"" or a derivative of that word appears, it is changed to ""quote/quoter"" or a derivative of that word. The associated NAICS code is 561621 Security Systems Services A site visit will be arranged for interested offerors. All interested offerors must arrive no later than five minutes prior to the start time indicated. Each offeror is highly encouraged to visit the site to provide the government with an accurate and competitive offer but is not required to submit a quote. All contractor personnel, including employees and subcontractors, who require access to U.S. Coast Guard Station Yaquina Bay must be vetted prior to entry. As part of the vetting process, each individual must present a valid, unexpired REAL ID Act-compliant driver's license or state identification card. Personnel who do not possess a REAL ID-compliant form of identification will be denied access to the installation. It is the contractor's responsibility to ensure all personnel assigned to this project comply with this requirement before arriving on-site. Date: 01/07/2026 Start Time: 1030 Location: U.S. Coast Guard Station Yaquina Bay 925 SW Naterlin Drive, Newport, OR, 97365 Please check in with the Watch Stander on Base upon arrival. Please E-mail Ava Stow at ava.m.stow@uscg.mil to RSVP for the site visit no later than 01/05/2026 All quotes are due by the 3pm (PST) 01/23/2026. Submit quotes to the following e-mail address by the offer due date and time zone: Attn: Ava Stow E-Mail Address: ava.m.stow@uscg.mil with solicitation RFQ number 70Z03326QSEAT0002 in subject line. Any and all questions regarding this solicitation shall be submitted in writing to the Contract Specialist at ava.m.stow@uscg.mil with solicitation RFQ number 70Z03326QSEAT0002 in subject line. Questions regarding the statement of work (SOW) will be forwarded to the unit for an accurate response. All responses will be uploaded to SAM.gov for an equal and fair solicitation to all interested vendors. No more questions will be answered after 01/16/2026. The Government intends to award a firm-fixed-price purchase order to the responsible quoter whose quote, conforming to the solicitation, is determined to be the Lowest Price Technically Acceptable (LPTA). To be considered technically acceptable, the quoter must demonstrate a clear understanding of and ability to meet all requirements specified in the Statement of Work (SOW). Quotes will be evaluated on an ""acceptable"" or ""unacceptable"" basis. A quote will be rated ""unacceptable"" if it fails to meet any of the material requirements of the solicitation. The evaluation process will be conducted as follows: 1. All quotes will first be evaluated for technical acceptability. 2. From the pool of technically acceptable quotes, the award will be made to the quoter with the lowest evaluated price. Price will be evaluated for reasonableness. Under FAR 4.1103 prospective contractor shall be registered in System Award Management (SAM) prior to award. Failure for contractor to be registered in SAM shall result in Contracting Officer to proceed with next successful registered offeror. Website: www.sam.gov
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/7a228e9186544ea9bf27238160f5ffcc/view)
 
Place of Performance
Address: OR 97365, USA
Zip Code: 97365
Country: USA
 
Record
SN07670012-F 20251220/251218230039 (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.