Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 10, 2019 FBO #6528
SOLICITATION NOTICE

66 -- CONTROL, COMBUSTION - PACKAGING REQUIREMENTS

Notice Date
10/8/2019
 
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) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
70Z08020QAF00100
 
Archive Date
10/29/2019
 
Point of Contact
JESUS C. YUTIG, Phone: 4107626957
 
E-Mail Address
JESUS.C.YUTIG@USCG.MIL
(JESUS.C.YUTIG@USCG.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
REPS AND CERTS FAR CLAUSE PACKAGING REQUIREMENTS The United States Coast Guard Surface Forces Logistics Center has a requirement and requesting quotations for the following part: Item 1) NSN: 6685 01-526-4247 NAME: CONTROL, COMBUSTION, OIL BURNER CONTROL. MFG NAME: HONEYWELL INC END USE: MEC PART NUMBER: RM7800M-1011 Quantity: 8 DESCRIPTION: HONEYWELL RM7800E RELAY MODULE (MICROPROCESSOR-BASED INTEGRATED BURNER CONTROL). KNOWN AS A FLAME SAFEGUARD CONTROL. THIS IS THE RELAY MODULE ONLY AND DOES NOT INCLUDE THE WIRING SUB BASE, IR FLAME AMPLIFIER, 7 SEC PURGE TIMER. THE BURNER CONTROL RELAY MODULE PART NUMBER IS RM7800M-1011. RAY BURNER COMPANY PART NUMBER 1-M-585-1A. These parts are used on various US Coast Guard vessels. All items will be individually packaged and bar-coded in accordance with Coast Guard specification IAW SP-PP&M-001. 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. The Solicitation number is 70Z08020QAF00100. The closing date and time for receipt of quote is October 14, 2019, at 11:00 AM Eastern Standard Time. Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, BLDG 88A, Baltimore MD 21226. Required delivery date no later than: September 30, 2020. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2019-02 (August 2019) 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 336611 and the business size standard is 1250. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.106 apply. This will be a FIRM FIXED PRICE purchase. All responsible sources may submit a quotation via email to Jesus.C.Yutig@uscg.mil, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with SYSTEMS FOR AWARD MANAGEMENT (SAM) and shall provide the company Tax Information Number (TIN) with their offer. 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 (March 2015); FAR 52.212-2, Offeror Representations and Certifications-Commercial Items (March 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. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (May 2019); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (June 2019). The following clauses listed within FAR 52.212-5 are applicable: FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011)(15 U.S.C. 644), FAR 52.219-28, Post Award Small Business Program representation (Jul 2013)(15 U.S.C. 632(a)(2); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2016) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (April 2015); FAR 52.222-26, Equal Opportunity (April 2015)(E.O. 11246); FAR 52.222-36, Equal Opportunity for workers with disabilities (July 2014); FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); FAR 52.225.1 Buy American Act-Supplies (May 2014); FAR 52.225-3, Buy American Act-Free Trade Agreement (May 2014)(41 U.S.C. 10a-10d); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (July 2013)(31 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: Copies of HSAR clauses may be obtained electronically at www.dhs.gov. CGAP 3042.302-90 Valuation Requirements for the Acquisition of Spare Parts Purchased for Inventory Control Points from HQ Contracts (OCT 2008). Copies of CGAP clauses may be obtained electronically at: www.uscg.mil/acquisition/procurement/pdf/CIM_4200_19H.pdf.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/70Z08020QAF00100/listing.html)
 
Place of Performance
Address: USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, BLDG 88A - Receiving Room, Baltimore MD 21226, United States
Zip Code: 21226
 
Record
SN05470581-W 20191010/191008230530-e3ad1c328ba670b8e01bd7dc9e6cf397 (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.