Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 10, 2016 FBO #5466
SOLICITATION NOTICE

99 -- CIRCUIT BOARD; TEMP SENSOR; CCP BLAD SEAL - J&A

Notice Date
11/8/2016
 
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) Procurement Branch 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
 
ZIP Code
94612-5249
 
Solicitation Number
HSCG40-17-Q-40035
 
Archive Date
12/7/2016
 
Point of Contact
Corinne E. Janglee, Phone: 4107626411
 
E-Mail Address
Corinne.E.Janglee@uscg.mil
(Corinne.E.Janglee@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
JOTFOC THE USCG SURFACE FORCES LOGISTICS CENTER, IBCT PRODUCT LINE, HAS A REQUIREMENT TO PROCURE THE ITEM NOTED BELOW. QUOTES MAY BE SUBMITTED BY EMAIL TO Corinne.E.Janglee@uscg.mil or FAXED TO 410-762-6570. THE CLOSING DATE AND TIME FOR RECEIPT OF QUOTE IS NOVEMBER 22, 2016, 1200pm EST. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined subpart 12.6, FAC 2005-74 (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 NAICS code for this solicitation is 811310 small business size $7.0 million. 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. This notice is not set aside for small business. The United States Coast Guard Surfaces Forces Logistics Center has a requirement and requesting quotations for the following: **NOTE 3 LINE ITEMS** ITEM #1) NSN: 5998-01-561-7027, PRINTED CIRCUIT BOAD MFG: ROLLS-ROYCE MARINE INC. PART NUMBER: F004552 DESCRIPTIVE DATA: PRINTED CIRCUIT BOARD DIMENSIONS: W 60 L 80 H 5 (IN MM) WEIGHT 80 GRAMS COAST GUARD UNIQUE END USE: USED IN THE BOW THRUSTER REMOTE CONTROL UNIT ON A USCGC 418 FT WMSL QTY: 03 EA PRICE____________TOTAL_______________ ITEM #2) NSN: 6685-01-601-1809, SENSOR,TEMPERTURE MFG: ROLLS-ROYCE MARINE INC. PART NUMBER: 992387 DESCRIPTIVE DATA: WEIGHT= 1 LB DIMENSIONS= 1" X 1" X 4" TEMPERATURE SENSOR END USE 418 FT WMSL, BOW THRUSTER REMOTE CONTROL SYSTEM QTY: 03 EA PRICE____________TOTAL_______________ ITEM #3) NSN: 2040-01-549-7192, CPP BLADE SEAL MFG: ROLLS-ROYCE MARINE INC. PART NUMBER: 144950_37 and/ or KMW088595 DESCRIPTIVE DATA: SEAL, BLADE DIMENSIONS 12" X 12" X 1/2" AND WEIGHT 8 OZ IN ADDITION TO THE ABOVE REFERENCED SPECIFICATION EACH BLADE SEAL SHALL BE INDIVIDUALLY PACKAGED AND LABELED MFR ROLLS-ROYCE CORPORATION WALPOLE MASS MFR ID PRIMARY PN IS 140158_02 MODEL 144950A TYPE CONTROLLABLE PITCH, 5-BLADE APPLICATION WMSL CAGE 07309 CCF DATE 06-JUN-2007 REV DATE 0212 LAPL 83-03 HSC 24512 CASE: 114603 END-ITEM MULTIPLE REFERENCE 07309 140158_02 72582 140158_02 72582 144950A END USE: USED ON USCGC 418 FT WMSL PROPELLER HUB BLADES. QTY: 10 EA PRICE____________TOTAL_______________ REQUESTED DELIVERY DATE: 01/21/17 PROPOSED DELIVERY DATE: ALL QUOTES WILL BE CONSIDERED IF RECEIVED NLT 22 NOVEMBER 2016, 1200PM EASTERN STANDARD TIME. AWARD WILL BE MADE ON OR AROUND 28 NOVEMBER 2016 PAYMENT TERMS______________SMALLBUSINESS___YES __NO___ *TIN NO:______________________________________________ (Must fill in this item at all times) *DUNS NO.: __________________________________ ACTIVE IN CENTRAL CONTRACTOR REGISTRATION (REQUIRED FOR AWARD - SEE www.ccr.gov ): _______YES ________NO GSA CONTRACT?___YES __NO CONTRACT NUMBER:______________________ Note: FOB Destination pricing is preferred; however, if item quoted is not FOB Destination quotation must include as a separate line item the following: * Estimated shipping charge: tiny_mce_marker_________ YOU MUST BE AN AUTHORIZED DISTRIBUTOR OR DEALER OF ROLLS-ROYCE MARINE INC., AND PROVIDE WRITTEN DOCUMENTATION FROM I ROLLS-ROYCE MARINE INC.. Substitute parts are not acceptable. It is anticipated that a non competitive sole source purchase shall be awarded as result of this synopsis/ solicitation. It is the Governments belief that only ROLLS-ROYCE MARINE INC., 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 require capabilities to provide these items are invited to submit complete information discussing the same within (2) calendar days from 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 *FOB DESTINATION PRICE TO: RECEIVING ROOM BLDG #88, 2401 HAWKINS POINT ROAD, BALTIMORE, MD 21226 PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS: INDIVIDUAL PACK & MARK EACH ITEM PER SP-PP&M-001 PACK EACH ITEM IN ITS OWN PROTECTIVE CONTAINER. 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 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 (MAY 2014). 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: 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); 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 52.222.35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2010)(38 U.S.C. 4212) FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)(29 U.S.C. 793); FAR 52.222-50, Combating Trafficking in Persons (FEB 2009); FAR 52.225-1, Buy American Act-Supplies (FEB 2009)(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 (OCT 2003)(31 U.S.C. 3332); The Contractor is responsible for performing or having performed all inspections and tests necessary to substantiate that the supplies or services furnished under this contract conform to contract requirements, including any applicable technical requirements for specified manufacturers' parts. Title 48: Federal Acquisition Regulations 3052.209-70 Prohibition on contracts with corporate expatriates 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. (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG40-17-Q-40035/listing.html)
 
Record
SN04323985-W 20161110/161108235316-b466c3b347d40028ac9d20f203936f21 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.