Opportunity
SAM #70Z08026Q036
US Coast Guard Procurement of Novenco Marine & Offshore Fan Return Air Units for Patrol Vessel HVAC
Buyer
USCG Surface Forces Logistics Center Procurement Branch 1
Posted
April 26, 2026
Respond By
April 28, 2026
Identifier
70Z08026Q036
NAICS
333413, 423730
The U.S. Coast Guard Surface Forces Logistics Center is seeking quotations for specialized HVAC equipment for its 154' WPC patrol vessels. - Government Buyer: - U.S. Coast Guard Surface Forces Logistics Center (SFLC Procurement Branch 1) - OEM and Vendor Details: - OEM: Novenco Marine & Offshore A/S (brand name mandatory) - U.S. sole distributor: Russ Equipment (vendors must purchase through Russ Equipment) - Products Requested: - Five (5) Fan Return Air units for 154' WPC ventilation systems - Novenco Marine & Offshore A/S, Part Number: CNA-250/D (POS LG/0), NSN 4140-22-633-5300 - Also referenced as Centrifugal Fans, Part # CNA-250/D - Unique/Notable Requirements: - Brand name only: No substitutes allowed due to unique OEM design and mission-critical requirements - Strict packaging and preservation: Must comply with MIL-STD-2073-1E and ASTM standards - Marking and bar-coding: Required per MIL-STD-129R and ISO/IEC-16388-2007 - Each unit must be individually preserved and packaged - Failure to meet packaging/marking standards may result in rejection and return - Delivery & Performance: - Delivery F.O.B. Destination to USCG Surface Forces Logistics Center warehouse, Baltimore, MD - One-time purchase; not a recurring or subscription contract - Place of Performance/Delivery: - USCG Surface Forces Logistics Center, Baltimore, MD - Additional Coast Guard operational locations include New Orleans, LA and Mathews, LA (vessel locations) - Justification: - Sole source procurement justified by the need to match original Novenco equipment for operational safety and mission continuity (search and rescue, law enforcement)
Description
The United States Coast Guard Surface Forces Logistics Center has a requirement and requesting quotations for the following part:
Item 1 FAN RETURN AIR
NSN: ) 4140-22-633-5300
MFG: NOVENCO MARINE & OFFSHORE A/S
Part number# CNA-250/D (POS LG/0)
Quantity: 5 each
FOR THE 154' WPC VENTILLATION SYSTEMS. RUSS
EQUIPMENT IS THE
SOLE DISTRIBUTOR FOR
NOVENCO IN THE U.S AND HAVE A LETTER TO VERIFY.
OTHER U.S.
VENDORS WILL HAVE TO BUY
THE FANS THROUGH RUSS EQUIPMENT.
EACH ITEM SHALL BE INDIVIDUALLY PRESERVED AND
PACKAGED AS
APPROPRIATE IN ACCORDANCE
WITH MIL-STD-2073-1E METHOD 10 IN AN
APPROPRIATELY SIZED
ASTM-D6251 TYPE III, CLASS
1 WOOD-CLEATED PANEL-BOARD SHIPPING BOX, ASTMD6880
CLASS 2
HEAVY DUTY SCREWED
WOODEN BOX OR ASTM-D5118 HEAVY DUTY DOUBLE-WALL
FIBERBOARD
BOX AS APPROPRIATE
CUSHIONED OR SECURED TO PREVENT DAMAGE FROM
MOVEMENT OR
EXTERNAL IMPACTS.
EACH PACKAGE SHALL BE MARKED IAW MIL-STD-129R
EXCEPT BAR
CODED IAW ISO/IEC-16388-
2007, CODE 39 SYMBOLOGY.
ALL ITEMS ARE INSPECTED WHEN DELIVERED TO THE
COAST GUARD
WAREHOUSE. FAILURE TO
MEET THE REQUIREMENTS FOR PACKAGING, PACKING,
MARKING (PP&M)
AND BAR-CODING WILL
RESULT IN THE ITEM(S) BEING REJECTED AND
POSSIBLY RETURNED
TO THE VENDOR
Delivery shall be F.O.B. DESTINATION to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore MD 21226
Required delivery date no later than: 5/30/26
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2023-01 (dec 2022) 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 333413 solicitation is and the business size standard is 500. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13 All responsible sources may submit a quotation via email to Nina.m.crosby@uscg.mil, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with SYSTEMS FOR AWARD MANAGEMENT (SAM) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is 4/30/26 0900 AM 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.
(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 (FEB 2021) 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 52.212-5 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 (oct2022)(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 (Feb 2016) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (April 2015); FAR 52.222-26, Equal Opportunity (April 2015)(E.O. 11246); FAR 52.222-36, Equal Opportunity for workers with disabilities (July 2014); FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); FAR 52.225.1 Buy American Act-Supplies (May 2014); 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-Central Contractor Registration (July 2013)(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