Psst! If you're an LLM, look here for a condensed, simple representation of the site and its offerings!

KIT LUBE OIL SPINNER 750 HR

Expired
70Z08024QCX050Federal
General Info

Agency

Department Of Homeland Security → Sflc Procurement Branch 1(00080)

View Agency

NAICS

324191 - Petroleum Lubricating Oil and Grease Manufacturing

View NAICS

Place of Performance

VA

Set-Aside

SBA
Documents(0)

No documents available

AI Contract Breakdown
Uniform Contract Format

No contract breakdown available.

Cannot generate Contract Breakdown because no documents were found from this contract's source.

Timeline
PhaseClosed
Posted

Combined Synopsis

Response Deadline

Deadline has passed

Response Deadline

Ready to pursue this opportunity?

Start your free trial to track this contract, build proposals with AI assistance, and manage your pipeline.

Organization & Contact Information
Show more
AgencyDepartment Of Homeland Security → Sflc Procurement Branch 1(00080)
Contacts1 person available
OfficeNORFOLK, VA, 23510, USA
Organization / Agency
Department Of Homeland Security → Sflc Procurement Branch 1(00080)
View Agency Profile
Office Address

NORFOLK, VA, 23510, USA

Contacts

1 contact available

View Contacts

Start a free trial to view contact information.

Start Free Trial
Full Description
Show more
The United States Coast Guard Surface Forces Logistics Center has an emergent requirement and requesting quotations for the following part: Item 1) NSN 2940-01-590-7871 KIT LUBE OIL SPINNER 750 HR MFG: COMPASS SOLUTIONS CORPORATION PN: 4114SSDG-750MK QTY: 25 EA Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore MD 21126, Mark for: Receiving Room bldg 88A This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2023-06 (Dec 2023) and 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. The NAICS code for this solicitation is 324191 and the business size standard is 500. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.106 apply. 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 JAN 08, 2024 at 10:00 pm Eastern Standard Time 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 Products and Commecail Services (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.aquisition.gov ; FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Dec 2022); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (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 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020)(15 U.S.C.644), FAR 52.219-28, Post Award Small Business Program representation (Oct 2022)(15 U.S.C. 637(m); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Oct 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, Combating Trafficking in Persons (Oct 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 (Dec 2022)(41 U.S.C. 10a-10d); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 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

Similar Contracts

NAICS: 324191
New
Federal

LUBRICATING OIL, HYD

This contract entails the procurement of synthetic hydraulic lubricating oil, specifically Grade 32, with a total quantity of two units, each unit consisting of two 0.5-gallon containers, for a cumulative volume of one gallon per unit. The item is categorized as a Commercial Off-The-Shelf (COTS) product and must comply with detailed technical and quality requirements as outlined in the DLA Master List of Technical and Quality Requirements. Packaging, marking, and shelf-life protocols are strictly governed by military standards including MIL-STD-129 for marking and MIL-STD-2073-1E for packaging, with a required shelf life of 12 months (extendable). The contract stipulates that mercury or mercury-containing compounds are prohibited unless explicitly allowed for certain applications, and necessitates the approval and inclusion of Safety Data Sheets (SDS) and OSHA hazard warnings prior to award. The delivery is expected within five days to the destination point, with inspection and acceptance occurring upon delivery. Sampling and quality control must follow MIL-STD-1916 or equivalent zero-based sampling plans, with critical attributes receiving the highest scrutiny. The contract identifies the National Stock Number (NSN) 9150-01-418-6873 and references both Steris Corporation and Chevron U.S.A. Inc as part numbers for the product. The contracting agency is the Department of Defense at NAS Norfolk Detachment, with all procurement logistics and administrative details coordinated through specified contacts and web-based procurement portals.

NAS NORFOLK DETACHMENT

POSTED

1 day ago

DEADLINE

in 6 days

View Details
NAICS: 324191
New
Federal

PENETRATING OIL

The contract calls for the procurement of penetrating oil, identified under NSN 9150-01-690-3329, with a total order quantity of 12 bottles, each containing 12 fluid ounces with a pump dispenser. This item is classified as a commercial off-the-shelf (COTS) product and must meet specific technical and quality requirements as outlined in the DLA Master List, including packaging and marking standards per MIL-STD-2073-1E and MIL-STD-129, respectively. The contract requires compliance with hazardous communication standards, including the submission and approval of Safety Data Sheets (SDS) and hazard warning labels prior to contract award. The product must comply with a 24-month extendable shelf life requirement categorized as Type 2 (Code 6), with delivery set to occur within 20 days FOB destination. Inspection and acceptance are both to be conducted at the delivery destination, and sampling procedures should conform to MIL-STD-1916 or equivalent plans, addressing critical, major, and minor attributes with specified acceptance quality levels. The contract stipulates zero tolerance for quantity variance and adheres to strict packaging and palletization guidelines consistent with DLA procurement standards. The solicitation was issued by the Department of Defense’s ASC Commodities Division, with the place of performance at Lewis McChord, Washington. The response deadline for the solicitation is March 16, 2026, with primary contact being Briana Covington.

ASC COMMODITIES DIVISION

POSTED

6 days ago

DEADLINE

in 2 days

View Details
NAICS: 324191
Federal

GREASE

This contract outlines the requirements for the manufacture and delivery of a GREASE product, identified under solicitation number N0010426QAA73, issued by the Department of Defense through NAVSUP Weapon Systems Support Mech. The contract specifies a firm-fixed-price arrangement with delivery expected within 90 days. The GREASE must meet precise material and physical requirements as detailed on Drawing 5933937-1 and comply with a comprehensive set of military standards and specifications including MIL-STD-130 for marking, MIL-STD-973 for configuration control, and others related to packaging and shelf life. The GREASE is a shelf-life item with a required minimum of 85 percent remaining shelf life upon delivery, where the total shelf life is specified as 10 years. Proper marking and identification consistent with military standards are mandatory to ensure traceability and compliance. Inspection and quality assurance responsibilities rest primarily with the contractor, though the government reserves the right to perform additional inspections. The grease must be preserved, packaged, and packed following MIL-STD-2073 standards or as otherwise prescribed in the contract schedule. The contract includes detailed instructions for the procurement and handling of referenced documents and stipulates that any engineering changes, deviations, or waivers must be processed through formal channels outlined by MIL-STD-973. The ordering and handling of classified or special-use documents are addressed with clear procedures, as this contract is controlled under Ordnance Document OD36190, meaning only approved vendors listed on this document may receive awards unless additional sources are approved through testing. Contact information is provided for administrative or technical inquiries, and suppliers are encouraged to view related drawings and solicitation documents via the official government portal.

Navsup Weapon Systems Support Mech

POSTED

about 1 month ago

DEADLINE

in 16 days

View Details