Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2018 FBO #6113
SOLICITATION NOTICE

20 -- SHAFT, RUDDER - SPECIFICATION - FAR CLAUSES - STATEMENT OF WORK - DRAWING 40433

Notice Date
8/17/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
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
70Z08518Q40433B00
 
Archive Date
9/15/2018
 
Point of Contact
Graylin C. Harris, Phone: 4107626502
 
E-Mail Address
Graylin.C.Harris@uscg.mil
(Graylin.C.Harris@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DRAWINGS STATEMENT OF WORK FAR CLAUSES SPECIFICATION 2040-01-115-5203 THE USCG SURFACE FORCES LOGISTICS CENTER, IBCT PRODUCT LINE HAS A REQUIREMENT TO PROCURE THE ITEM NOTED BELOW. QUOTES MAY SUBMITTED BY EMAIL TO GRAYLIN.C.HARRIS@USCG.MIL. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is 811310. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.5. THIS NOTICE IS SET ASIDE FOR SMALL BUSINESS THIS AWARD WILL BE MADE ON AN ALL OR NONE BASES. PRESERVATION, PACKAGING, AND MARKING ARE TO BE INCLUDED IN THE COST OF THE ITEM. FOB DESTINATION PREFERRED. 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 AUG 31, 2018; 1200pm Eastern Standard Time. ITEM #1) NSN: 2040-01-115-5203 ITEM NAME) SHAFT RUDDER MFG) TACOMA BOAT BUILDING CO. PART NUMBER) 10251-562-241-PIECE-1 ALTERNATIVE P/N: DESCRIPTIVE DATA: CONSTRUCT AS PER STATEMENT OF WORK AND APPLICABLE DRAWINGS INCLUDED (101- WTGB_562_2_1 (REV-V)). INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MIL-STD-2073-1E METHOD 10, UTILIZING CUSHIONING, BLOCKING AND BRACING INSIDE A TYPE V, STYLE B COVERED CRATE WITH LAG BOLTS CONFORMING TO ASTM D6039. MARKING IAW MIL-STD-129R EXCEPT BAR CODED IAW ISO/IEC-16388-2007, CODE 39SYMBOLOGY. QTY) 2 EA PRICE: ____________EACH TOTAL: ____________ REQUESTED DELIVERY DATE: 09/01/2018. EARLIEST PROPOSED DELIVERY DATE: DUNS: TIN: The items are used on various US Coast Guard vessels. Substitute part numbers are NOT acceptable. All items will be individually packaged and bar-coded in accordance with Coast Guard specification; MIL-STD-2073-1E METHOD 10. 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, 21226. NOTE: DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE 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 (JAN 2016); 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. Offeror may obtain full text versions of these clauses electronically at www.ecfr.gov 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Mar 2016) PLEASE SEE ATTACHMENT FOR APPLICABLE FAR CLAUSES. 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/USCGELC/70Z08518Q40433B00/listing.html)
 
Record
SN05043502-W 20180819/180817231055-6eb5b2d8019811373a8377fafd2bdd10 (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.