Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 04, 2020 SAM #6701
SOLICITATION NOTICE

61 -- MODULE, POWER SUPPLY

Notice Date
4/2/2020 3:03:54 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335311 — Power, Distribution, and Specialty Transformer Manufacturing
 
Contracting Office
SFLC PROCUREMENT BRANCH 1(00080) NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
70Z08020QZC059
 
Response Due
4/10/2020 7:00:00 AM
 
Archive Date
04/25/2020
 
Point of Contact
DONNA SCANDALIATO, Phone: 4107626259
 
E-Mail Address
DONNA.M.SCANDALIATO@USCG.MIL
(DONNA.M.SCANDALIATO@USCG.MIL)
 
Description
The United States Coast Guard Surfaces Forces Logistics Center has a requirement and requesting quotations for the following part.� Item 1) NSN 6130-01-572-5999 MODULE, POWER SUPPLY BATTERY CHARGER POWER SUPPLY MODULES.� 24VOLT INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MIL-STD-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. FAILURE TO MEET THE PACKING, PACKAGING, MARKING AND BAR CODING REQUIREMENTS WILL RESULT IN WAREHOUSE REJECTION AND ITEMS WILL BE SHIPPED BACK TO VENDOR. MARKING IAW MIL-STD-129R EXCEPT BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY MFG: ROI DEVELOPMENT CORP DBA NEWMAR P/N: PTMS-24-67 QTY: 11 EA Item 2) NSN 6130-01-572-5998 CHARGER, BATTERY BATTER CHARGER FOR THE 87' WPB ENGINE STARTING BATTERIES. USED FOR THE BATTERY CHARGER REPLACEMENT TCTO. EACH ITEM SHALL BE INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MIL-STD-2073-1E METHOD 10, CUSHIONED AS APPROPRIATE TO PREVENT MOVEMENT OR DAMAGE FROM EXTERNAL IMPACT. EACH ITEM SHALL THEN BE PACKED IN AN APPROPRIATELY SIZED ASTM-D5118 DOUBLE-WALL FIBERBOARD BOX. EACH PACKAGE SHALL BE MARKED IAW MIL-STD-129R EXCEPT BAR CODED IAW ISO/IEC-16388- 2007, CODE 39 SYMBOLOGY. FAILURE TO MEET REQUIREMENTS FOR PACKAGING, PACKING, MARKING AND BAR-CODING WILL RESULT IN THE ITEM(S) BEING REJECTED AT THE WAREHOUSE AND RETURNED TO THE VENDOR MFG: ROI DEVELOPMENT CORP DBA NEWMAN P/N: PTMS-24-67 QTY: 18 EA Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore, MD 21226, mark for: Receiving Room Bldg. 88.� This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2020-04 (JAN 2020)and as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation.� Quotations are being requested and a written solicitation not be issued.� The NAICS code for this solicitation is 335311 and the business size standard is 750.� The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.106 apply. Substitute parts are not acceptable.� It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this synopsis/solicitation.� It is the Governments belief that only ROI Development Corp dba Newmar and/or their distributor can provide this material.� Concerns having the expertise and required capabilities to provide this item are invited to submit complete information discussing the same within� two (2) calendar days from the day this notice posted.� The data must include sufficient detail to allow the Coast Guard to evaluate the proposal relative to the requirements.� The information submitted must include a letter from the OEM verifying the offeror is an authorized distributor, and verifying the OEM will supply genuine OEM parts.� The U.S. Coast Guard intends to award on an all or none basis to a responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government.� Award will be lowest price technically acceptable.� The Coast Guard intends to award on a Firm Fixed Price Contract.� All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency.� Comparison must have valid DUNS numbers and be registered with SYSTEMS FOR AWARD MANAGEMENT (www.sam.gov) and shall provide the company Tax Information Number (TIN) with their offer.� The closing date and time for receipt of quote is April 10, 2020 at 10:00 am Eastern Standard Time. 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 corportation 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, 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.� __HSAR 3052.209-70 Prohibition on contracts with corporation expatriates (June 2006) (End of Provision) The following FAR Clause 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 (Dec 2019) 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 (OCT 2018); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2020).� The following clauses listed with FAR: 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015); 52-233-3, Protest After Award (Aug 1996)(31 U.S.C. 3553); 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004)(Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)).� The following within 52.212-5 are applicable: Far 52.219-28, Post Award Small Business Program Representation (Jul 2013)(15 U.S.C. 632(a)(2); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2020)(E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (April 2019); FAR 52.222-26, Equal Opportunity (Sep 2016)(E.O. 11246)(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 with 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-System for Award Management (Oct 2018)(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
SAM.gov Permalink
(https://beta.sam.gov/opp/655b6475b857488d93547957758b05b7/view)
 
Record
SN05608949-F 20200404/200402230211 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.