Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 31, 2016 FBO #5517
SOLICITATION NOTICE

34 -- AUTOBRAKE - BRAND NAME MANDATORY

Notice Date
12/29/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333517 — Machine Tool 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
HSCG40-17-Q-60309
 
Point of Contact
CHRISTOPHER H LANE, Phone: 4107626106
 
E-Mail Address
CHRISTOPHER.H.LANE@USCG.MIL
(CHRISTOPHER.H.LANE@USCG.MIL)
 
Small Business Set-Aside
N/A
 
Description
JOTFOC THE USCG SURFACE FORCES LOGISTICS CENTER, CONTRACT PROCUREMENT DIVISION 3 HAS A REQUIREMENT TO PROCURE THE ITEM NOTED BELOW. QUOTES MAY SUBMITTED BY EMAIL TO CHRISTOPHER.H.LANE@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 in FAR Subpart 12.6, FAC 2005-92(NOV 2016) and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This will be a BRAND NAME MANDATORY FOR ROPER WHITNEY AND MUST BE AN AUTHORIZED DEALER OR DISTRIBUTOR. All respondents will provide a ROPER WHITNEY DISTRIBUTOR LETTER with their quotes. The NAICS code for this solicitation is 333517 and the Small Business Size Standard is 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 13.5. 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 (SAM) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is 01/10/2016. Eastern Standard Time. THIS IS A BRAND NAME MANDATORY REQUIREMENT Item 1: ROPER WHITNEY AUTO BRAKE, PART NUMBER: AB1014K2 MFG: ROPER WHINEY DESCRIPTION DATA: KOMBI SERIES 480 VOLT 3 PHASE, SYNERGY CONTROL, 61" BACKGUAGE, UNIT TI INCLUDE STANDARD ITEMS PROVIDED WITH GEN 2 MACHINES INCUDING A CROWN SYSTEM. Quantity: 01EA Delivery on or before: 03/01/2017 Item 2: LASER SCANNING SYSTEM PART NUMBER: 260009714 Delivery on or before: 03/01/2017 Item 3: REAR OPTIONAL FOOT SWITCH PART NUMBER: 660092132 Delivery on or before: 03/01/2017 Item 4: RIGHT HAND BACK GUAGE EXTENSION PART NUMBER: 286940097 Delivery on or before: 03/01/2017 Item 5: HARDEND TOOLING PART NUMBER: 286990028, 783990017, 783990018 Delivery on or before: 03/01/2017 Item 6: INSTALL AND TRAINING PART NUMBER: 101K42 INSTALL AND TRAINING FOR THREE PEOPLE BY FACTORY REPRESENTITIVE FOR TWO DAYS ON SITE AT US COAST GUARD YARD SHEET METAL SHOP Delivery on or before: 03/01/2017 Item 7: SHIPPING COAST TO BE ADDED INTO COST OF ITEM. Item 8: KUNSTRUCT OFFLINE PROGRAMMING FOR 1014K2 The items are used on various US Coast Guard vessels. Only genuine ROPER WHINEY OEM parts are acceptable. 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. 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: DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE NOT AVAILABLE FROM THIS AGENCY. 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 (JUL 2013); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (MAY 2014) 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 2014); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2014). 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 (Oct 1995) of 52.219-6. (iii) Alternate II (Mar 2004) of 52.219-6; FAR 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); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)(29 U.S.C. 793); 52.223-18; Contractor Policy to Ban Text Messaging While Driving (Sep 2010) (E.O. 13513); FAR 225-13, Restrictions on Certain Foreign Purchase (Jun 2008) (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 (Oct 2003)(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 be calling 866-606-8220, or 334-206-7828 for international calls.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-17-Q-60309/listing.html)
 
Record
SN04361211-W 20161231/161229234346-05f92951eb984da0c56a46ec7c3e2276 (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.