Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 09, 2016 FBO #5342
SOLICITATION NOTICE

20 -- Watertight Door Overhaul Kit - SP-P&M

Notice Date
7/7/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-16-Q-AG582
 
Archive Date
7/28/2016
 
Point of Contact
Donna M Scandaliato, Phone: 410/762-6259
 
E-Mail Address
donna.m.scandaliato@uscg.mil
(donna.m.scandaliato@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Packaging, Marking and Barcoding Instructions The United States Coast Guard Surface Forces Logistics Center has a requirement and requesting quotations for the following part: Item 1) NSN: 2040-01-591-7303 MODIFICATION KIT MARINE HARDWARE 270 WMEC HYDRAULIC WATERTIGHT, DOOR, OVERHAUL KIT D-WK-748-1-OHK OVEHAUL KIT FOR 30X66 RH SLIDING DOOR: 1- SWITCH B-WK-748-12 2- TOP & BOTTOM GUIDE RAIL C-WK-329-G1 1- TOP WEDGE PLATE PER B-WK-329-F7 1- BOTTOM WEDGE PLATE PER B-WK-329-F7 2- GUIDE PLATE A-WK-329-D29 1- ROLLER GUIDE PLATE A-WK-329-30 4 ROLLER A-WK-329-D15 1- CYLINDER SEAL KIT D-WK-406-C1B-SEAL KIT 1- HYDR VALVE TACK C-WK-471-49 W/NEW PRESSURE SWITCH (INCLUDES DCV/SHUTTLE VALVE) 1 SET BRASS STRIP FOR SIDES A-WK-329-D5 1 SET BRASS STRIP FOR TOP & BOTTOM A-WK-329-D6 8- DRIVE SCREW FOR BRASS STRIPS #90275A559, BOX OF 10, NOTE ¼-28 X ¾ FLAT HEAD MACHINE SCREW, EXISTING DOOR WILL NEED TO BE TAPPED FOR NEW SCREWS 1- SEAL KIT FOR HAND PUMP D-WK-437-75 PC 5AKIT 1- SEAL KIT FOR REMOTE PUMP D-WK-437-75V PC 6KIT QTY: 2 EA MFG: WALZ AND KRENZER INC P/N: D-WK-748-1-OHK The items are used on various US Coast Guard vessels. All items will be individually packaged and marked IAW SP-PP&M-001 the above requirements. 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. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this synopsis/solicitation. It is the Governments belief that only Bollinger Shipyards, Inc. and/or their authorized distributors can obtain the required technical and engineering data, and genuine OEM parts, required to provide these items. Concerns having the expertise and required capabilities to provide these items are invited to submit complete information discussing the same within two (2) calendar days from the day 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 genuine OEM parts. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-88 (Jun 2016) 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 332312. 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. Companies must have valid DUNS numbers and be registered with System for Award Management (www.sam.gov) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is July 13th at 10:00 a.m. 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 (OCT 2015); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Apr 2016) 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 (Jun 2016). The following clauses listed within FAR 52.212-5 (Jun 2016) are applicable: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2015) (Pub. L. 109-282)(31 U.S.C. 6101 note); 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 (Feb 2016) (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 Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793); FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); FAR 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C chapter 83); FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Action (May 2014) (41 U.S.C. 10a-10d, 19 U.S.C. 2112 note, Pub L 108-77, 108-78, 108-286, 109-53 and 109-169). (iii) Alternate III (May 2014) FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award (Jul 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
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-16-Q-AG582/listing.html)
 
Record
SN04173893-W 20160709/160707234950-0cc627f7e5a6a8355483d3d830ced6ec (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.