SOLICITATION NOTICE
99 -- Fuel Tank Parts/Pump CNTR Drum - Packaging Requirements
- Notice Date
- 8/4/2017
- 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
- HSCG40-17-Q-40582
- Archive Date
- 9/2/2017
- Point of Contact
- Lora I. Airth, Phone: 4107626639
- E-Mail Address
-
Lora.I.Airth@uscg.mil
(Lora.I.Airth@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Packaging Requirements THE USCG SURFACE FORCES LOGISTICS CENTER, LRE PRODUCT LINE HAS A REQUIREMENT TO PROCURE THE ITEMS NOTED BELOW. QUOTES MAY SUBMITTED BY EMAIL TO Lora.i.Airth@USCG.MIL OR FAXED TO 410-762-6570. THE CLOSING DATE AND TIME FOR RECEIPT OF QUOTE IS August 18, 2017, 1200pm EST. ***NOTE*** THIS POSTING INCLUDES THREE (3) LINE ITEMS 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 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 AUGUST 18, 2017; 1200pm Eastern Standard Time. ITEM #1: NSN: 2910-01-601-6880, TANK,FUEL,ENGINE MFG: YANMAR Diesel America Corp PART NUMBER: 714650-55130 or alternate: 714310-55710 DESCRIPTIVE DATA: USE P/N 714650-55130 FOR ENGINES AE-D AND EE-D. USE P/N 714310-55710 FOR ENGINE L100N. NSN FOR ALL ENGINE MODELS IS 2910-01-601-6880. FUEL TANK AND PIPE ASSY FOR THE P-100 FIREFIGHTING PUMP, P/N 714650-55130 IS LISTED ON PAGE 7-46 AND ILLUSTRATED IN FIG. 7-20 ON PAGE 7-45 OF TP S6226-NM-MMC-010. P/N 71430-55710 IS LISTED AND ILLUSTRATED ON PAGE 62 0F TP 1060004 REV. QTY: 32 ea PRICE: ____________EACH_____________TOTAL REQUESTED DELIVERY DATE: ON or Before 11/28/2017 EARLIEST/BEST DELIVERY: _______________ ITEM #2: NSN: 2910-01-470-3235, TANK,FUEL,ENGINE MFG: W. S. Darley CO. PART NUMBER: KE00109 DESCRIPTIVE DATA: ALUMINUM REMOVABLE FUEL TANK ASSEMBLY WITH CAP AND LEVEL GAGE. USED ON DARLEY P6 PORTABLE DEWATERING PUMP. QTY: 20 ea PRICE: ____________EACH_____________TOTAL REQUESTED DELIVERY DATE: ON or Before 11/28/2017 EARLIEST/BEST DELIVERY: _______________ ITEM #3: NSN: 8110-01-031-8863, DRUM,SHIPPING AND STORAGE CONTAINER MFG: W. S. Darley CO. PART NUMBER: A528 or alternate A526 DESCRIPTIVE DATA: DRUM, SHIPPING AND STORAGE CONTAINER. ALUMINUM, COMPLETE WITH CLAMP RING, GASKET, COVER AND HANDLES. EACH UNIT TO BE INDIVIDUALLY PACKAGED I/A/W ASTM D 3951. EACH ITEM TO BE INDIVIDUALLY MARKED I/A/W MIL-STD-129P. BAR CODING I/A/W ANSI/AIM BC1 IS REQUIRED. MANUFACTURED IN ACCORDANCE WITH COAST GUARD SPECIFICATION P-573-0286 REV."F". SEE CHANGES IN CONTAINER MARKINGS AS PER PARAGRAPH 3.3 OF THE SPECIFICATION.REFERENCE DRAWING FL-3000-21 REVISION A. QTY: 100 ea PRICE: ____________EACH_____________TOTAL REQUESTED DELIVERY DATE: ON or Before 11/28/2017 EARLIEST/BEST DELIVERY: _______________ The items are used on various US Coast Guard vessels. 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. 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.sam.gov )_______YES ________NO GSA CONTRACT?___YES __NO CONTRACT NUMBER:______________________ PART COVERED UNDER GSA Contract _____YES______NO_______NA Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center RECEIVING ROOM BLDG #88, 2401 HAWKINS POINT ROAD, BALTIMORE, MD 21226 NOTE: DRAWINGS, SPECIFICATIONS OR SCHEMATICS MAY BE AVAILABLE FROM THIS AGENCY. 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. 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) (14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). (18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016) (E.O. 13126). (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). (41) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). (44) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (50) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-17-Q-40582/listing.html)
- Record
- SN04613447-W 20170806/170804231601-b75e8c0effdf8e01e1570a1b404862e1 (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 |