Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2018 FBO #6195
SOLICITATION NOTICE

26 -- Tire, Pneumatic

Notice Date
11/7/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336612 — Boat Building
 
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
195AC002
 
Archive Date
12/4/2018
 
Point of Contact
Cynthia A Matthews, Phone: 410-762-6509
 
E-Mail Address
cynthia.a.matthews@uscg.mil
(cynthia.a.matthews@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The United States Coast Guard Surface Forces Logistics Center has a requirement and requesting quotations for the following parts: Item 1) NSN: 2610-01-646-9796, Tire, Pneumatic, Vehicular Tire & Rim Assembled 235/80R 16 on 8 lug Galvanized Rim P/N 110A33 Quantity: 60 EA **PACKAGE EACH TIRE ASSEMBLY INDIVIDUALLY IAW MIL-STD-2073-1E METHOD 10 AS DESCRIBED BELOW: EACH IS TO BE INDIVIDUALLY PACKED IN AN APPROPRIATELY SIZED ASTM-D5118 DOUBLEWALL FIBERBOARD BOX. **EACH PACKAGED IS TO BE MARKED IAW MIL-STD-129R AND BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY. Delivery Schedule - Delivery is required by 12/20/18. Please provide your proposed delivery________ Used on various U. S. Coast Guard Small Boats. Substitute part numbers are NOT acceptable. Each Item shall be individually packaged in its own protective container. Markings shall be in accordance with MIL-STD-129R AND BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY. 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 Government's belief that only Float On Corp. 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 required capabilities to provide these same items are invited to submit complete information discussing the same within three (3) 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 only 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 2005-100 (August 2018) 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 _336612 and the Small Business Size Standard is _1000. 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 Nov. 19, 2018_, at _11_ a.m. Eastern Standard Time. The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct. 2018); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018) 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.acquisition.gov ; FAR 52.204-7, Systems for Award Management (Oct 2016); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Oct 2018). The following clauses listed within FAR 52.212-5 are applicable: FAR 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644); 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 2018)(E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Sept 2016)(E.O. 11246); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014)(29 U.S.C. 793); FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Aug 2011); FAR 52.225-3, Buy American Act-Free Trade Agreement (May 2014)(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 (Jul 2013)(31 U.S.C.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/195AC002/listing.html)
 
Record
SN05145688-W 20181109/181107230521-092982512627b4921edb279b7bf1d5b8 (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.