Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 22, 2017 FBO #5720
SOLICITATION NOTICE

40 -- ROPE, WIRE - HSCG40-17-Q-5CA081

Notice Date
7/20/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332618 — Other Fabricated Wire Product 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-5CA081
 
Archive Date
8/8/2017
 
Point of Contact
Kathleen Lobasso, Phone: 410-762-6494
 
E-Mail Address
kathleen.k.lobasso@uscg.mil
(kathleen.k.lobasso@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
COMM TERMS SF 1449 The USCG Surface Forces Logistics Center, Baltimore, MD has a sole source requirement for the following: 1. NSN 4010-01-500-1353, ROPE, WIRE 50 FEET OF 3/8" DIAMETER, 6 X 37 RIGHT REGULAR LAY, EXTRA IMPROVED PLOW STEEL WIRE ROPE WITH RATED BREAKING STRENGTH NOT LESS THAN 7.55 TONS, MEETING API SPEC 9-A. CORE TYPE - "IWRC". ASSEMBLY INCLUDES INSTALLED CROSBY S502 SERIES #1039361 CLOSED SWAGE SOCKET OR EQUAL. *EACH WIRE ROPE ASSEMBLY SHALL INCLUDE OSHA PULL TEST CERTIFICATE TO 40% OF WIRE BREAKING STRENGTH. TEST INFORMATION WITH DATE OF TEST AND TEST WEIGHT SHALL BE INCLUDED ON A METAL TAG THAT IS ATTACHED TO THE WIRE ROPE ASSEMBLY. WIRE ROPE ASSEMBLY SHALL BE PRESSURE LUBRICATED THROUGHOUT ITS ENTIRE LENGTH WITH KIRKPATRICK GROUP "DYNAGARD E" WIRE ROPE GREASE, WITH PARTICULAR ATTENTION TO SWAGED END. WIRE ROPE ASSEMBLY SHALL BE INDIVIDUALLY SHRINK WRAPPED IN PLASTIC. END ITEM IDENTIFICATION WINCH, STERN FRAME, P/N PW-SF-190-PORT QUALITY ASSURANCE: THIS WILL BE A QUALITY ASSURANCE (QA) INSPECTION ORDER. THE USCG QA STAFF WILL BE SENT TO THE VENDOR LOCATION TO WITNESS THE PULL TEST, QTY 150 EA U.S. COAST GUARD INSPECTION AND ACCEPTANCE (ORIGIN) : 1. Initial inspection shall take place at origin by a Government Quality Assurance Representative. The Contractor shall furnish to the Contracting Officer advance notification when the contractor will be ready for Government inspection. This advance notification may be made by telephone and shall not be less than seven (7) calendar days prior to inspection. 2. The Government reserves the right to inspect the unit(s) at any stage of the repair, packaging process including witnessing of tests. Final acceptance shall be made at origin. U.S. COAST GUARD INSPECTION AND ACCEPTANCE (DESTINATION) : Final inspection and acceptance shall be made by a Government Representative at Destination and shall be contingent upon verification of correctness, completeness, and no damage in transit. PACKAGING AND MARKING REQUIREMENTS: SHALL BE IAW SP-PP&M-001 (REV D). DTD 10/1/00 Delivery is required on or before 08/12/17. THIS IS A BRAND NAME ONLY SOLICITATION, IT HAS BEEN DETERMINED THAT NO OTHER BRAND WILL FIT THE GOVERNMENT NEEDS. It is the Government's belief that only JAMES WALKER or its authorized distributors has the capability of meeting this requirement. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-89 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 332618. 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 Part 13. It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this synopsis/solicitation. EVALUATION: Award shall be made without discussions unless the Contracting Officer determines discussions are necessary. Quotations received in response to this synopsis/solicitation shall be evaluated on lowest technically acceptable price. The following current FAR Clause provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with Alternate I. (This clause is contained in Attachment I). Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. The Offeror shall supply at least three (3) contracts completed during the past three years or currently in process for the same services as are being solicited under this solicitation. Contracts listed may include those entered into by the Federal Government, agencies of the state and local governments, foreign governments, and commercial customers. The Offeror shall provide past performance information for any major subcontractor and must be relevant to the scope of work they may perform under the contract resulting from this solicitation. References other than those provided by the Offeror may be contacted by the Government to obtain additional information that shall be used in the evaluation of the offeror's past performance. The Government may waive the submission of past performance information by the offeror if adequate data already exists on file within this office. The following most recent FAR Clauses apply to this solicitation. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. Offerors may obtain full text versions of this clause electronically at www.arnet.gov.; FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items. (This clause is contained in Attachment II). Companies must have valid DUNS numbers, be registered with the System for Award Management (SAM) and shall provide the duns number and the company Tax Information Number (TIN) with their quote. Quotes will be accepted via email to the Contracting Officer. THE ATTACHED SF 1449 MUST BE COMPLETED AND RETURN VIA EMAIL WITH YOUR QUOTATION. THIS IS A SMALL BUSINESS SET ASIDE. All responsible sources may submit a quotation, which if timely received, shall be considered by this Agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-17-Q-5CA081/listing.html)
 
Place of Performance
Address: N/A/, United States
 
Record
SN04588203-W 20170722/170720235042-80ceaddfbd0235af244b1574681ffb78 (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.