Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 09, 2016 FBO #5160
SOLICITATION NOTICE

20 -- Coast Guard Yard - Wire Rope - NSN Only - Request for Quote

Notice Date
1/7/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
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
HSCG40-16-Q-40087
 
Archive Date
2/6/2016
 
Point of Contact
Alicia M Hawkins, Phone: 5106375986
 
E-Mail Address
alicia.m.hawkins@uscg.mil
(alicia.m.hawkins@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
MUST be completed and included with your company quote. THE USCG SURFACE FORCES LOGISTICS CENTER, IBCT PRODUCT LINE HAS A REQUIREMENT TO PROCURE THE ITEM NOTED BELOW. QUOTES MAY SUBMITTED BY EMAIL TO ALICIA.M.HAWKINS@USCG.MIL OR FAXED TO 510-637-5978. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-80 (MAY 2015) 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 Small Business Size Standard is no more than a 1000. 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 13.5. All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency along with all required documents. Companies must have valid DUNS numbers and be registered with System for Award Management (SAM) and shall provide the company Tax ONLY valid quotes with the NSN (National Stock Number) listed below will be considered for this solicitation. ITEM #1: Wire Rope Assy Set PART#: CGWR78125637BOSS NSN: 4010-01-643-2077 DESC/SPEC: THIS IS THE 125FT CROSS DECK WINCH WIRE ROPE FOR THE 225A-WLB, 225B-WLB AND 240-WLBB. THE FOLLOWING SPECS APPLY: NSN: 4010-01-643-2077 MPN: CGWR78125637BOSS LENGHT: 125 FT DIAMETER: 7/8 INCH STRAND CLASS: 6 X 36 (GENERAL PURPOSE) STRAND LAY: RRL WIRE CORE TYPE: IWRC WIRE ROPE GRADE: XIPS (EIPS) RBS: GREATER THAN 52,000 LBS (26.0 TONS) FINISH: BRIGHT WIRE ENDS: 1-POURED OPEN SPELTER SOCKET, 2- DOUBLE SEIZED NOTE1: WIRE ROPE SHALL BE PRESSURE LUBE BY MFR WITH KIRKPATRICK DYNAGARD BLUE OR EQUIVALENT. THIS WILL HELP WITH WIRE ROPE PRESERVATION WHEN STORED IN CG WAREHOUSE. NOTE2: WIRE ROPE SHALL BE WEIGHT TESTED AS A UNIT. THAT MEANS THAT THE WIRE ROPE WILL BE FULLY ASSEBLED WITH OPEN SPELTER SOCKET IN ONE END AND THE OTHER END SEIZED, WHEN TESTED. NOTE3: THE WIRE ROPE ASSEMBLY SHALL BE TESTED TO 40% OF ITS RATED BREAKING STREGTH (RBS). A COPY OF THE CERTIFICATION DOCUMENTING THE SUCCESSFUL COMPLETION OF THE WEIGHT TEST SHALL BE INCLUDED INSIDE THE WIRE ROPE PACKAGING. NOTE4: THE CERTIFICATE MENTIONED IN NOTE3 SHALL INCLUDE A FULL DESCRIPTION OF THE ASSEMBLED WIRE ROPE. IT SHALL INCLUDE THE STOCK WIRE ROPE MINIMUM RATED BREAKING STRENGTH (RBS) AND THE FACTOR OF SAFETY (FOS) UTILIZED. NOTE5: FINALLY, THE CERTIFICATE MENTIONED IN NOTE3 SHALL INCLUDE THE MANUFACTURER AND BRAND NAMES FOR THE STOCK WIRE ROPE AND THE SOCKET UTILIZED (EX; "UNION" FLEX-X 19 WIRE ROPE WITH A "CROSBY" G-416 OPEN SPELTER SOCKET). THE EXAMPLES MENTIONED BEFORE ARE JUST THAT, EXAMPLES, AND SHOULD NOT BE INTERPRETED AS BEING PREFERRED BY THE CG. QUANTITY: 20 EACH UNIT PRICE: ___________ TOTAL:___________ Delivery Date of 29 February 2016 The items are used on various US Coast Guard vessels. Substitute part numbers are NOT acceptable. All items will be individually packaged and bar-code in accordance with Coast Guard specification SP-PP&M-001 REV'D. Pack each item in it's own protective container. Inspection and acceptance shall take place at Destination after verification of preservation, Individual packaging and marking requirements and confirmation of no damage during transit. Failure to comply with packaging requirements will result in rejection and nonpayment. Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, Baltimore MD. It is anticipated that a purchase order shall be awarded as a result of this synopsis/solicitation. 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 (MAY, 2014); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (MAR 2015) 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 (MAY 2015); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2015). The following clauses listed within FAR 52.212-5 are applicable: FAR 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). (ii) Alternate I (NOV 2011) of 52.219-6. (iii) Alternate II (NOV 2011) of 52.219-6; FAR 52.219-28, Post Award Small Business Program representation (JUL 2013)(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 (JAN 2014)(E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (APR 2015); FAR 52.222-26, Equal Opportunity (APR 2015)(E.O. 11246); FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014)(29 U.S.C. 793); 52.223-18; Contractor Policy to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513); FAR 225-13, Restrictions on Certain Foreign Purchase (JUL 2013) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (JUL 2013)(31 U.S.C. 3332). 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG40-16-Q-40087/listing.html)
 
Place of Performance
Address: 2401 Hawkins Point, Receiving Room - Bldg 88, Baltimore, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN03985496-W 20160109/160107234623-2b0a16f276dc0e890095b284c2219986 (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.