Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 07, 2018 FBO #5948
SOLICITATION NOTICE

39 -- ACTUATOR, CLUTCH - SOLE SOURCE JUSTIFICATIOIN - FAR CLAUSES

Notice Date
3/5/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System 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
70Z08518P30133B00
 
Archive Date
4/3/2018
 
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
APPLICABLE FAR CLAUSES. SOLE SOURCE JUSTIFICATION THE USCG SURFACE FORCES LOGISTICS CENTER, LRE PRODUCT LINE, HAS A REQUIREMENT TO PROCURE THE ITEM NOTED BELOW. QUOTES MAY BE SUBMITTED BY EMAIL TO GRAYLIN.C.HARRIS@USCG.MIL. THE CLOSING DATE AND TIME FOR RECEIPT OF QUOTE IS 03/19/2018, 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 334511 small business size 1250. 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 set aside for small business. 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 United States Coast Guard Surfaces Forces Logistics Center has a requirement and requesting quotations for the following: ITEM #1) NSN: 3950-01-598-3050/ ACTUATOR, CLUTCH MFG: SUPERIOR-LIDGERWOOD-MUNDY CORP PART NUMBER: A2-411-0001 DESCRIPTIVE DATA: ACTUATOR, CLUTCH (MODIFIED) (CENTERLINE WINCH) P/N: A2-411-0001 END USE: USCGC WMSL 418' NSC - STERN BOAT LAUNCH CENTERLINE WINCH QTY: 06 EA PRICE____________TOTAL_______________ REQUIRED DELIVERY DATE : 05/22/2018 EARLIEST PROPOSED DELIVERY DATE: ITEM #2) NSN: 7050-01-598-4695/ ENCODER, MODEL SL1 MFG: SUPERIOR-LIDGERWOOD-MUNDY CORP PART NUMBER: P2-921-0253 DESCRIPTIVE DATA: ENCODER, MODEL SL 1 P/N: P2-921-0253 WEIGHT: 11 LBS DIMENSIONS: 18" NOMINAL DIAMETER ENCODER, MOTOR; SLIM TACH SL1250 MAGNORESISTIVE ENCODER, SUPPLY VOLTAGE: 5-24VDC, OUTPUT CURRENT: 150MA W/5-15VDC LINE DRIVER OR 250MA W/5-24VDC DRIVER, DESIGNED FOR USE IN 0.625" TO 3.75" THRU-SHAFT APPLICATIONS. END USE: USCGC WMSL 418' NSC - STERN BOAT LAUNCH SYSTEM CARRIAGE WINCH QTY: 03 EA PRICE____________TOTAL_______________ REQUIRED DELIVERY DATE : 05/22/2018 EARLIEST PROPOSED DELIVERY DATE: ALL QUOTES WILL BE CONSIDERED IF RECEIVED NLT 03/19/2018, 1200PM, EASTERN STANDARD TIME. AWARD WILL BE MADE ON OR AROUND 03/19/2018 PAYMENT TERMS______________SMALLBUSINESS___YES __NO___ *TIN NO:______________________________________________ (Must fill in this item at all times) *DUNS NO.: __________________________________ ACTIVE IN SAM (SYSTEM FOR AWARD MANAGEMENT) (REQUIRED FOR AWARD - SEE www.sam.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 SUPERIOR-LIDGERWOOD-MUNDY CORP., AND PROVIDE WRITTEN DOCUMENTATION FROM SUPERIOR-LIDGERWOOD-MUNDY CORP., 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 SUPERIOR-LIDGERWOOD-MUNDY CORP., 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: MIL-STD-2073-1E W/CHANGE 17, METHOD 10. INDIVIDUALLY PACKAGED AND LABELED 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. 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/USCGELC/70Z08518P30133B00/listing.html)
 
Record
SN04843626-W 20180307/180305231918-f786fa5131cbecabb92a260ac1071481 (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.