The government contract opportunities enclosed with this email are provided to you by the Maryland APEX Accelerator. If you would like to add or delete search criteria to your custom profile you may contact the Office Coordinator at: Tel: (301) 405-6550 or Email: ptapadmn@umd.edu.



HOMELAND SECURITY, DEPARTMENT OF, US COAST GUARD, BASE SEATTLE(00033), 1519 ALASKAN WAY SOUTH, SEATTLE WA 98134


61 -- West Point Generator SOL SPS-USCG-250004 DUE 05/30/2025 at 11:00AM -04:00 POC Elizabeth Meister, elizabeth.a.meister@uscg.mil, tel:2062176145

Amendment to Solicitation: UPDATE-Total job timeline is commensurate with leadtime/delivery time for generator. Once generator is recieved onsite, request 60 days for installation completion. 

Description of Services: Supply, delivery, installation, testing and commissioning of three-phase, 15kW, 120/208V, 52 Amp Cummins/Onan diesel generator (or approved equal[BE1] ) (hereinafter referred to as "the Generator"), located at the U.S. Coast Guard Vessel Traffic Center Sensor (VTCS) West Point remote Site. This project will replace the existing site stand-by generator to ensure continuous operation of critical equipment in the event of a power outage along with disposal of current generator. The contractor must perform to the standards in this contract.  All work shall comply with all applicable codes, along with Federal, State and local regulations. This notice is a combined synopsis/solicitation for a commercial products and commercial services in accordance with Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes a public solicitation. Please read this entire notice, the instructions herein, and the attachment documents carefully.  This acquisition is on a Small Business Set-Aside only.

HOW TO RESPOND: To compete for this project, interested parties must be registered in SAM (System for Award Management) prior to close of this solicitation. https://www.sam.gov/portal/public/SAM/ The vendors SAM registration must be in an “ACTIVE” status prior to award. Vendors must ensure that the above listed NAICS codes are listed on their SAM registration to perform this type of service. COST PROPOSALS:  The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13 and part 15 provide Firm Fixed-Price “broken out by labor hours, labor category, materials, and other direct costs”. Offerors must submit the proposal to Elizabeth Meister e-mail: elizabeth.a.meister@uscg.mil.

EVALUATION CRITERIA:  The government will award a contract resulting from this request for quote (RFQ) to the responsible offeror whose offer conforming to the RFQ is the Lowest price Technically Acceptable (LPTA) quote. The lowest priced quote will be evaluated on technical acceptability, if it is found to be acceptable, an award will be made. If it is found to be unacceptable, the next lowest price will be evaluated. This process will continue until a technically acceptable offer is identified. 

SCOPE OF WORK: 

The awarded Contractor shall furnish all labor, materials, equipment, and supervision necessary to complete the project as described herein, including but not limited to:

GENERAL REQUIREMENTS: 

TECHNICAL REQUIREMENTS: 

Ancillary Equipment

The Contractor shall furnish and install the following ancillary equipment:

ADDITIONAL REQUIREMENTS FOR AWARD ARE OUTLINED IN THE ATTACHED SCOPE OF WORK. PLEASE REVIEW SCOPE OF WORK FOR COMPLETE OUTLINE OF JOB REQUIREMENTS. SITE VISIT ENCOURAGED AND WELCOME. 

Submit quotes to the following e-mail address by the offer due date and time: Attn: Elizabeth Meister

E-Mail Address: Elizabeth.a.meister@uscg.mil with solicitation RFQ number SPS-USCG-250004 in subject line. Thank you!

Set-Aside: Total Small Business Set-Aside (FAR 19.5) URL: https://sam.gov/opp/615855ceb6114b49829b565741d94175/view

OutreachSystems Article Number: 20250528/PROCURE/0787
Matching keyword(s): switch; nec; ti:generator?; voltage;