Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 27, 2018 FBO #5999
SOLICITATION NOTICE

25 -- PROFESSIONAL COMPONENTS PARTS

Notice Date
4/25/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
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
SCG40-18-Q-EP079
 
Archive Date
5/15/2018
 
Point of Contact
Kimberly J Wooters, Phone: 4107626508
 
E-Mail Address
kim.j.wooters@uscg.mil
(kim.j.wooters@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. (ii) Solicitation number HSCG40-18-Q- EP079 Applies, and is issued as a Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-97 (JAN 18). (iv) This procurement is set aside as Unrestricted. The North American Industry Classification System (NAICS) code is 336611. The U.S. Coast Guard Surface Forces Logistics Center intends to negotiate and award a Firm Fixed Price Purchase Order on a sole-source basis to PROFESSIONAL COMPONENTS. It is the Government's belief that they are the only source capable of providing the required materials. Concerns that respond to this notice must fully demonstrate that they are an authorized distributor of PROFESSIONAL COMPONENTS by providing a copy of their Authorized Distributor letter along with their bid. (v) ITEM 0001: NSN: 2540 01-F15-4298 SEAT BASE ASSEMBLY CUSHION ASSEMBLY USED ON THE 24SPC-SW & 26TANB SHOCKWAVE SEATS. PACKAGE EACH ASSY. INDIVIDUALLY IAW MIL-STD- 2073-1E METHOD 10. EACH ASSY. IS TO BE INDIVIDUALLY CUSHIONED IN A DOUBLE LAYER OF 3/4 INCH BUBBLE WRAP AND PACKED IN AN APPROPRIATELY SIZED ASTM-D5118 DOUBLE-WALL FIBERBOARD BOX. EACH PACKAGED ITEM IS TO BE MARKED IAW MIL-STD- 129R AND BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY. MFG NAME: PROFESSIONAL COMPONENTS LTD PART_NBR: SW-01699 QUANTITY: 5 EA UNIT PRICE: ______________ TOTAL PRICE: ____________ REQUIRED DELIVERY DATE: 05/31/18 ESTIMATED DELIVERY DATE:_________________ ITEM 0002 NSN: 2090 20-008-8185 ARMREST, CHAIR, SHIP ITEM NAME ARMREST,CHAIR,SHIP OVERALL LENGTH 330.2 MILLIMETERS NOMINAL OVERALL WIDTH 77.3 MILLIMETERS NOMINAL OVERALL THICKNESS 69.0 MILLIMETERS NOMINAL PART NAME ASSIGNED BY CONTROLLING AGENCY HARBOR PATROL ARMREST ASSEMBLY L&R MATERIAL AND LOCATION FOAM BACKING AND NYLON ALL SURFACES PACKAGE EACH ITEM INDIVIDUALLY IAW MIL-STD-STD- 2073-1E METHOD 10. EACH ITEM IS TO BE INDIVIDUALLY CUSHIONED IN A DOUBLE LAYER OF 3/4 INCH BUBBLE WRAP AND PACKED IN AN APPROPRIATELY SIZED DOUBLE-WALL FIBERBOARD BOX. EACH ITEM IS TO BE MARKED IAW MIL-STD-129R AND BAR CODED IAW ISO/IED-16388-2007, CODE 39 SYMBOLOGY. MFG NAME: PROFESSIONAL COMPONENTS LTD PART_NBR: SW-01398 QUANTITY: 10 EA UNIT PRICE: ______________ TOTAL PRICE: ____________ REQUIRED DELIVERY DATE: 05/31/18 ESTIMATED DELIVERY DATE:_________________ ITEM 0003 NSN: 2540 20-009-2827 JUMPSEAT BACKREST CXCY III PART NAME ASSIGNED BY CONTROLLING AGENCY CUSHION ASSEMBLY- NARROW BACKREST FEAT SPECIAL FEATURES PART OF S3 JOCKEY SEAT WITH STORAGE - PART NUMBER SWP-1070 INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MILSTD- 2073-1E METHOD 10, CUSHIONING MATERIALS, DUNNAGE, BLOCKING AND BRACING SHALL BE APPLIED AS REQUIRED TO PROTECT THE ITEMS AND THE ENCLOSING MEDIA AND RESTRICT THE MOVEMENT OF THE ITEM WITHIN THE CONTAINER MARKING IAW MIL-STD-129R EXCEPT BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY MFG NAME: PROFESSIONAL COMPONENTS LTD PART_NBR: SW-00720 QUANTITY: 10 EA UNIT PRICE: ___________ TOTAL PRICE: ____________ REQUIRED DELIVERY DATE: 05/31/18 ESTIMATED DELIVERY DATE: _______________ ITEM 0004: NSN2090 01-F15-4282 SEAT BOTTOM PACKAGE EACH ITEM INDIVIDUALLY IAW MIL-STD-2073-1E METHOD 10. EACH ITEM IS TO BE INDIVIDUALLY CUSHIONED IN A DOUBLE LAYER OF 3/4 INCH BUBBLE WRAP AND PACKED IN AN APPROPRIATELY SIZED DOUBLE-WALL FIBERBOARD BOX. EACH ITEM IS TO BE MARKED IAW MIL-STD-129R AND BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY. MFG NAME: PROFESSIONAL COMPONENTS LTD PART_NBR: SW-01309 QUANTITY: 5 EA UNIT PRICE: ______________ TOTAL PRICE: ____________ REQUIRED DELIVERY DATE: 05/31/18 ESTIMATED DELIVERY DATE:_________________ ITEM 0005: NSN: 2090 01-F15-4357 CUSHION ASSEMBLY 3/4" MEDIA FILTER BYPASS VALVE FOR THE REVERSE OSMOSIS SYSTEM INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MILSTD-2073-1E METHOD 10, CUSHIONED IN A DOUBLE LAYER OF 3/4 IN BUBBLE WRAP AND PACKED IN AN APPROPRIATELY SIZED ASTM-D5118 DOUBLE-WALL FIBERBOARD BOX MFG NAME: PROFESSIONAL COMPONENTS LTD PART_NBR: SW-00064 QUANTITY: 40 EA UNIT PRICE: ______________ TOTAL PRICE: ____________ REQUIRED DELIVERY DATE: 05/31/18 ESTIMATED DELIVERY DATE:_________________ ITEM 0006: NSN 2090 20-009-3033 PARTS KIT, INFLATABLE BOAT PART NAME ASSIGNED BY CONTROLLING AGENCY - FOX AIR VALVE ASSY. INDIVIDUALLY PACKAGE IN ACCORDANCE WITH MILSTD- 2073-1E METHOD 42. PLACE BETWEEEN SHEET OF, OR IN FOLD OF, CORRUGATED FIBERBOARD OF SUFFICIENT STIFFNESS TO RESIST BENDING. SEAL IN BAGS CONFORMING TO CLASS B, C, OR E OF MIL-DTL-117, USING STIFFENING MATERIAL INTERNALLY IF NEEDED TO MAINTAIN INTERNALLY IF NEEDED TO MAINTAIN RIGIDITY. EACH ITEM IS TO BE MARKED IAW MIL-STD-129R AND BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY. MFG NAME: PROFESSIONAL COMPONENTS LTD PART_NBR: SW-02837 QUANTITY: 50 EA UNIT PRICE: ______________ TOTAL PRICE: ____________ REQUIRED DELIVERY DATE: 05/31/18 ESTIMATED DELIVERY DATE:_________________ ITEM 0007: NSN 5340 01-F16-4950 BRACKET, ANGLE Y BRACKET ASSY. PACKAGE EACH ITEM INDIVIDUALLY IAW MIL-STD-2073-1E METHOD 10. EACH ITEM IS TO BE INDIVIDUALLY CUSHIONED IN A DOUBLE LAYER OF 3/4 INCH BUBBLE WRAP AND PACKED IN AN APPROPRIATELY SIZED DOUBLE-WALL FIBERBOARD BOX. EACH ITEM IS TO BE MARKED IAW MIL-STD-129R AND BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY. MFG NAME: PROFESSIONAL COMPONENTS LTD PART_NBR: SW-00139 QUANTITY: 10 EA UNIT PRICE: ______________ TOTAL PRICE: ____________ REQUIRED DELIVERY DATE: 05/31/18 ESTIMATED DELIVERY DATE:_________________ (vi) Place of Delivery is: USCG Surface Forces Logistics Center, Receiving Dept, Bldg 88, 2401 Hawkins Point Road, Baltimore, MD 21226. ****Please quote prices FOB Destination.**** (vii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.acquisition.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (APR 2015). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses 2) discounts for prompt payment if applicable 3) cage code 4) Dun & Bradstreet number 5) Taxpayer ID number 6) Price and delivery information 7) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (viii) FAR 52.212-2 Evaluation-Commercial Items (Oct 2014). - The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers: Price, Delivery, and Past Performance. Price is more important than delivery or past performance. The Government reserves the right to do trade-offs. Award may be made to other than the lowest price. Award will be a best value decision. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the best value. The evaluation and award procedures in FAR 13.106 apply. The U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. (ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2014) (x) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 2014) applies to this acquisition. The following addendum applies: Address for submission of invoices is U.S. Coast Guard YARD, P.O. Box 4122, Chesapeake, VA 23327-4122. (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Oct 2014). The following clauses listed in 52.212-5 are incorporated: a. 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). b. 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632 (a) (2)). c. 52.222-3 Convict labor (June 2003) (E.O. 11755) d. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (FEB 2016) (EO 11755) e. 52.222-21, Prohibition of Segregated Facilities (Feb 1999) f. 52.222-26 Equal Opportunity (March 2007)(E.O. 11246) g. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (EO. 13513) h. 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). i. 52.225-1 Buy American Act - Supplies (May 2014) (41 U.S.C. 10a-10d). j. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Jul 2013)(21 U.S.C. 3332). k. 52.233-3 Protest after award (Aug 1996) l. 52.233-4 Applicable Law for Breach of Contract Chain (Oct. 2004). The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. HSAR 3052.242-71 Dissemination of Contract Information (Dec 2003); Copies of HSAR clauses may be obtained electronically at: Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. (xii) Additional contract requirements: If the item(s) required in the contract resulting from this solicitation are customarily warranted in the trade by a standard commercial warranty, such warranty shall be incorporated into this contract and thereby provided to the Government at no additional cost. Any standard commercial warranty provided shall be identical to the standard commercial warranty normally offered by the Contractor to the Contractor's most favored customer. Offerors are requested to state the terms and conditions of their standard commercial warranty or to attach a copy of the warranty terms with their proposal. (xiii) N/A (xiv) Proposals may be faxed to (410) 762-6570 or emailed to Kim.J.Wooters@uscg.mil. (xv) Point of Contact: Kimberly Wooters, Purchasing Agent, Tele. No. 410-762-6508, email address: Kim.J.Wooters@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/SCG40-18-Q-EP079/listing.html)
 
Record
SN04900926-W 20180427/180425230924-fe706fe3a030cc33fed02cceb1b0c280 (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.