Opportunity
SAM #70Z08526Q0023637
USCG Procurement of Siemens Fire Detection System OEM Parts for CGC Waesche
Buyer
USCG Surface Forces Logistics Center Procurement Branch 2
Posted
April 10, 2026
Respond By
April 20, 2026
Identifier
70Z08526Q0023637
NAICS
423690, 334290
The U.S. Coast Guard is procuring Siemens fire detection system OEM parts to support scheduled maintenance on the CGC WAESCHE (WMSL 751) in Alameda, California. - Government Buyer: - U.S. Coast Guard, Surface Forces Logistics Center (SFLC) LRE PL - Contracting Officer: LT Kevin Holmes - OEM Highlight: - Siemens is the sole OEM specified; only new, original Siemens parts are acceptable (no substitutions, aftermarket, or refurbished items) - Products Requested: - FCA2034 A1 License key S2 (Part No. S54400-P155-A1), Qty: 1 - Metal Cover Plate for X Series Modules (Part No. S54400-F1-A1), Qty: 48 - LONG RANGE SIMULATOR IR3 (Part No. S54430-F301-A1), Qty: 1 - MINI IR3 FLM DET 2 5 10M CBL SS FM (Part No. S54430-F3-A1), Qty: 1 - MINI UV IR FLM DET CBL SS FM (Part No. S54430-F5-A1), Qty: 7 - SINGLE INPUT MON MOD W/ISOLATOR (Part No. S54370-B3-A1), Qty: 42 - Notable Requirements: - Only Siemens OEM parts will be accepted; technical acceptability and relevant past performance are required - Delivery must be completed by May 25, 2026, to Alameda, CA, for installation starting June 1, 2026 - Place of Performance & Delivery: - CGC Waesche (WMSL 751), Alameda, CA - SFLC LRE PL, 1 Eagle Road, Alameda, CA 94501
Description
The United States Coast Guard Deputy Commandant for Systems (DCS) is issuing this combined synopsis/solicitation on behalf of the Surface Forces Logistics Center (SFLC) to award a firm-fixed-price contract for the services described below. This announcement constitutes the only solicitation.
This requirement consists of providing Siemens fire detection system components in support of a scheduled maintenance availability for the CGC WAESCHE (WMSL 751). The supplies include, but are not limited to, license keys, cover plates, flame detectors, and input monitor modules. The Government will require delivery to CGC Waesche, Alameda, CA.
The required delivery date is 25 May 2026.
The Government will award to the responsible offeror whose offer represents the best value to the Government, considering price and non-price factors. Non-price factors include technical acceptability and past performance, including the offeror’s demonstrated ability to provide supplies of similar type and complexity.
The Government requires original equipment manufacturer (OEM) parts. Aftermarket, refurbished, or equivalent items are not acceptable. Fit, form, and function equivalency will not be considered in lieu of OEM parts.
The Government will evaluate past performance using information from the Contractor Performance Assessment Reporting System (CPARS), other Government records, and information provided by the offeror. The Government will not evaluate the absence of relevant past performance favorably or unfavorably.
Offerors shall identify any subcontractors proposed to perform major or critical aspects of the requirement, including but not limited to manufacturing, sourcing, assembly, or fulfillment of the supplies. For each such subcontractor, the offeror shall provide the subcontractor’s name, address, UEI, and a brief summary of relevant experience and past performance related to the proposed supplies. The Government will evaluate qualifications and past performance of the prime offeror and any identified subcontractors as part of the overall evaluation of the offeror’s ability to successfully perform the requirement.
Offerors are encouraged to submit sufficient descriptive information to demonstrate that the offered supplies meet the requirements of the solicitation. This may include product descriptions, specifications, part numbers, manufacturer information, or other documentation necessary to establish technical acceptability.
Offerors are responsible for ensuring that the supplies offered are correct, complete, and compatible with the Government’s requirements. The Government may consider the offeror’s demonstrated understanding of the supplies and ability to reliably source and deliver the required items as part of the evaluation of technical acceptability and past performance. Failure to provide correct supplies or inability to fulfill the requirement after award may render the offeror ineligible for award or subject to termination.
Submit offers electronically via email to the points of contact identified in this notice. The Government does not prescribe a specific quotation format. Offerors must submit a quotation that clearly identifies the supplies offered and demonstrates compliance with the stated requirements. Submissions must be complete, clear, and presented in a format that allows effective evaluation by the Government.
Submit offers on a firm-fixed-price basis. Prices must be all-inclusive and must cover all costs associated with providing the supplies, including but not limited to manufacturing, packaging, handling, transportation, duties, tariffs, fees, and any other costs. The Government may consider offers nonresponsive if they include conditional pricing, price escalation language, or statements indicating that prices are subject to adjustment based on future costs or fees. This will be a firm-fixed-price contract.
The Government intends to evaluate offers and make award without discussions; therefore, offerors should submit their best offer with initial submission.
Submit all questions via email to the points of contact identified in this notice. The Government will not accept telephone inquiries.