Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2014 FBO #4612
SOLICITATION NOTICE

48 -- VALVE, SOLENOID - 2114404B4500AD023

Notice Date
7/9/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332911 — Industrial Valve Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
 
ZIP Code
94612-5249
 
Solicitation Number
2114404B4500AD023-0000
 
Point of Contact
Steven D. Powell, Phone: 4107626592
 
E-Mail Address
Steven.D.Powell@uscg.mil
(Steven.D.Powell@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
VERBIAGE FOR REQUIREMENT THE USCG SURFACE FORCES LOGISTICS CENTER, LRE PRODUCT LINE, HAS A REQUIREMENT TO PROCURE THE ITEM NOTED BELOW. QUOTES MAY BE SUBMITTED BY EMAIL TO STEVEN.D.POWELL@USCG.MIL OR FAXED TO 410-762-6570. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined subpart 12.6, FAC 2005-72 (JAN 2014) 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 332911 and small business size standard in number of employees 500. This synopsis/solicitation is issued pursuant to FAR 6.203-1 and HSAM 3006.302-1. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13. The United States Coast Guard Surfaces Forces Logistics Center has a requirement and requesting quotations for the following : ITEM #1) NSN: 4810-01-614-4817 MFG: MAROTTA SCIENTIFIC CONTROLS INC PART NUMBER: 284051-0043 DESCRIPTIVE DATA: VALVE, SOLENOID QTY: 6 EACH REQUESTED DELIVERY DATE: 07/18/2014 ALL QUOTES WILL BE CONSIDERED IF RECEIVED NLT 14-JUL-2014 11:00AM EASTERN STANDARD TIME. AWARD WILL BE MADE ON OR AROUND 15JUL2014. YOU MUST BE AN AUTHORIZED DISTRIBUTOR OR DEALER OF MAROTTA SCIENTIFIC CONTROLS INC AND PROVIDE WRITTEN DOCUMENTATION FROM MAROTTA SCIENTIFIC CONTROLS INC. Substitute parts are not acceptable. It is anticipated that a non competitive sole source purchase shall be awarded as result of this synopsis/ solicitation. It is the Government's belief that only MAROTTA SCIENTIFIC CONTROLS INC and or their authorized distributors can obtain the required technical and engineering data and genuine OEM parts required to successfully provide these items. Concerns having the expertise and require capabilities to provide these items are invited to submit complete information discussing the same within (2) calendar days from this notice is posted. The information submitted must include a letter from the OEM verifying the offeror is an authorized distributor and verifying the OEM will supply only genuine OEM parts FOB DESTINATION PRICE TO: RECEIVING ROOM BLDG #88, 2401 HAWKINS POINT ROAD, BALTIMORE, MD 21226 PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS: INDIVIDUAL PACK & MARK EACH ITEM PER SP-PP&M-001 REV D. 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 System for Award Management (SAM) and shall provide the company Tax Information Number (TIN) with their offer. The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors - Commercial Items (JUL 2013); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (NOV 2013). 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 (SEP 2013); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2014). The following clauses listed within FAR 52.212-5 are applicable: 52.219-28, Post Award Small Business Program representation (APR 2009) (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 (Jul 2010)(E.O. 13126); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (MAR 2007)(E.O. 11246); FAR 52.222.35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2010)(38 U.S.C. 4212) FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)(29 U.S.C. 793); FAR 52.222-50, Combating Trafficking in Persons (FEB 2009); FAR 52.225-1, Buy American Act-Supplies (FEB 2009)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332); The Contractor is responsible for performing or having performed all inspections and tests necessary to substantiate that the supplies or services furnished under this contract conform to contract requirements, including any applicable technical requirements for specified manufacturers' parts. Title 48: Federal Acquisition Regulations 3052.209-70 Prohibition on contracts with corporate expatriates The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/2114404B4500AD023-0000/listing.html)
 
Place of Performance
Address: US COAST GUARD, SURFACE FORCES LOGISTICS CENTER, RECEIVING ROOM-BLDG 88, 2401 HAWKINS POINT RD, BALTIMORE, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN03418688-W 20140711/140710022619-6baecf74edae8149cfcf5dd1ca2b15fa (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.