Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 20, 2018 FBO #6083
SOLICITATION NOTICE

20 -- PLANETARY SPEED REDUCER W/BRAKE (SOLE SOURCE APPLETON MARINE, INC.) - REPS AND CERTS - FAR CLAUSES

Notice Date
7/18/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332312 — Fabricated Structural Metal 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
70Z080-18-Q-P45L4900
 
Archive Date
8/8/2018
 
Point of Contact
Garth C. GobbellGloria H. Spicer, Phone: 757 628-4631
 
E-Mail Address
Garth.C.Gobbell@uscg.mil
(Garth.C.Gobbell@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
FAR CLAUSES REPS AND CERTS This is a combined synopsis/solicitation 70Z080-18-Q-P45L4900 for a commercial items prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-87 (Apr 2016), and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This requirement is being solicited with the intent of issuing a contract with Appleton Marine, Inc., the Original Equipment Manufacturer (OEM) is accordance with Federal Acquisition Regulation (FAR) 6.302-1. Quotations are being requested and a written solicitation will not be issued. The acquisition is for: (3) - Each PLANETARY SPEED REDUCER W/BRAKE PART NO. YMD-10367. NO SPECIFICATIONS DRAWINGS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. NO EQUAL OR ALTERNATE PART NUMBERS SHALL BE ACCEPTED. This acquisition is issued set-aside 100% for Small Business. The NAICS code for this solicitation is 332312. This synopsis/ solicitation is issued pursuant to FAR 13.106-1(b),and the resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13. Offer shall provide the unit price (as applicable) and the shipping cost. A. REQUIREMENT: This solicitation is for the following: (3) - Each PLANETARY SPEED REDUCER W/BRAKE PART NO. YMD-10367. B. Shipping Cost (Ship FOB Destination) C. DELIVERY TO: CGC SENECA c/o CG Integrated Support Center 427 Commercial Street Boston, MA 02109-1094 D. REQUIRED DELIVERY DATE: 30 November 2018 E. As stated below, the provision at FAR 52.212-2, Evaluation-Commercial Items- applies with the following addenda: Award of a contract will be based on the following criteria: The purchase order will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5. 1. Please provide any warranty information. 2. Vendors MUST be registered in www.sam.gov The Government will award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conforming to the solicitation will be more advantageous to the Government, price and other factors considered. Interested Offerors having the expertise and required capabilities to provide the required (3) - Each PLANETARY SPEED REDUCER W/BRAKE PART NO. YMD-10367 Appleton Marine, Inc. "Brand Name" - Item Only are invited to submit a Firm Fixed Price proposal that will be considered by the agency. Proposals must be submitted on company letterhead stationery and must include the following information ( 1) Cost Breakdown, (2) Unit Price, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company DUNS and Cage Code. Quotes must be received no later than 24 July 2018 at 10:00 a.m. Eastern Standard Time. Email quotes are acceptable and should be sent to Gloria Spicer at email address - Gloria.H.Spicer@uscg.mil. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial items, with their offer or have provision FAR 52.212-3 submitted into www.sam.gov. Any questions or concerns regarding any aspect of this RFQ must be forwarded to Contracting Officer, SKC Garth Gobbell via email Garth.C.Gobbell@uscg.mil and telephone (757) 628-4801; or Mrs. Gloria Spicer via email Gloria.H.Spicer@uscg.mil. PROVISIONS / CLAUSES: The following FAR Clauses and Provisions apply to this solicitation and are incorporated by reference: FAR 52.212-1 - Instructions to Offerors - Commercial Items (Jan 2017) FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014) Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, past performance and quality. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Nov 82017) to include Alt I (Oct 2014). These certifications must be included with quote and can be accessed and downloaded via FedBizOpps with this RFQ. Contractors are encouraged to submit through https://www.sam.gov. FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Jan 2017) with the following addenda's. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2018) FAR 52.219-6 - Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 - System for Award Management (Oct 2016). Contractors are located and identified in SAM by their DUNS number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A DUNS number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov. The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to this awarded contract. FAR 52.222-3 - Convict Labor (Jun 2003) FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies (Jan 2018) FAR 52.222-21 - Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26 - Equal Opportunity (Sep 2016) FAR 52.222-35 - Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212) FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) FAR 52.222-37 - Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212) FAR 52.222-50 - Combating Trafficking in Persons (Mar 2015) FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-1 - Buy American Supplies (May 2014) FAR 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33 - Payment by Electronic Funds Transfer - Systems for Award Management (Jul 2013) FAR 52.233-3 - Protest After Award (Aug 1996) FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004) *The above/following clauses are incorporated by reference, entire clause(s) available at https://www.acquisition.gov/browsefar. NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a) Prospective contractors shall complete electronic annual representations and certifications at SAM accessed via https://www.acquisition.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/70Z080-18-Q-P45L4900/listing.html)
 
Place of Performance
Address: CGC SENECA, c/o CG Integrated Support Center, 427 Commercial Street, Boston, Massachusetts, 02109-1094, United States
Zip Code: 02109-1094
 
Record
SN04997671-W 20180720/180718231305-6d8bdad27c7817061683898b44c6d6f3 (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.