Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2019 FBO #6500
SOLICITATION NOTICE

36 -- TURNING GEAR - PREPARATION FOR DELIVERY

Notice Date
9/10/2019
 
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
70Z08519Q40430B00
 
Archive Date
10/1/2019
 
Point of Contact
Lora I. Airth, Phone: 410-762-6639, Joel L. Ochoa, Phone: 410-762-6639
 
E-Mail Address
Lora.I.Airth@uscg.mil, Joel.L.Ochoa@uscg.mil
(Lora.I.Airth@uscg.mil, Joel.L.Ochoa@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
PREPARATION FOR DELIVERY 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 and Joel.L.Ochoa@USCG.MIL OR FAXED TO 410-762-6570. THE CLOSING DATE AND TIME FOR RECEIPT OF QUOTE IS September 16, 2019 at 1200pm EST. 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. 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. This acquisition is _X_ unrestricted __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. Substitute part numbers are NOT acceptable. ITEM #1: NSN: 3660-01-F19-5931 DESCRIPTION: TURNING GEAR PART NUMBER: 03070-0562 MFG : TIMKEN GEARS & SERVICES INC. DESCRIPTIVE DATA: WLB REDUCTION GEAR TURNING GEAR SUB-ASSEMBLY. DOES NOT INCLUDE LIMIT SWITCHES EACH TURNING GEAR SHALL BE PRESERVED IN ACCORDANCE WITH PHILADELPHIA GEAR STANDARD PRACTICES AND PROCEDURES, THEN PACKED IN A CRATE CONFORMING TO ASTM-D6256, WOOD CLEATED SHIPPING BOXES WITH SKIDDED, LOAD BEARING BASES. MARK IN ACCORDANCE WITH MIL-STD-129R. PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS: SEE DESCRIPTIVE DATA INDIVIDUAL PACK & MARK ___YES ___NO BAR-CODE ___YES ___NO QTY: _ 1 _ PRICE: $___________ UNIT OF ISSUE: _ EA _ TOTAL: $___________ COAST GUARD'S REQUESTED DELIVERY DATE: ON or Before 01/30/2020 VENDORS EARLIEST/BEST DELIVERY: __________ARO ( Day / Week / Month ) The item(s) is/are used on various US Coast Guard vessels. Substitute part numbers are NOT acceptable. 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 ______________ SMALL BUSINESS ___YES ___NO VENDOR NAME : ______________________________________________ VENDOR ADDRESS : ______________________________________________ _______________________________________________ VENDOR POC : ____________________________________________________ PH: _________________________________ FAX: ________________________ EMAIL: ___________________________________________________________ * TIN NO : ____________________________________(Must fill in this item at all times) * DUNS NO.: __________________________________ ACTIVE IN SYSTEM FOR AWARD MANAGEMENT (REQUIRED FOR AWARD) ( www.sam.gov ): _______YES ________NO Part covered under GSA Contract _____YES______NO(if yes, mark below) CONTRACT NUMBER : ______________________ Note: FOB Destination pricing is preferred, however, if item quoted is not FOB Destination quotation must include as a separate line item for the following: * Estimated shipping: $ __________ (MUST BE INCLUDED, if not FOB Destination ) *FOB Origin price from (City, State): ______________________________________ *SHIP TO: United States Coast Guard SFLC Receiving Room - BLDG 88 2401 Hawkins Point RD Baltimore, MD 21226 NOTE: PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS: AS NOTATED ABOVE WITH SPECIFIC ITEM 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 (OCT 2018); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (OCT 2018) 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 (MAY 2019) (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 (Jan 2018) (E.O. 13126). (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (28) 52.222-26, Equal Opportunity (Sep 2016) (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 (Jan 2019) (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 (Oct 2018) (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. (End of Clause)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/70Z08519Q40430B00/listing.html)
 
Record
SN05438412-W 20190912/190910231129-9ea09f1cbe545ed1c1f903eb3ac7f630 (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.