Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 23, 2020 SAM #6842
SOLICITATION NOTICE

47 -- HOSE ASSEMBLY, NOMEN

Notice Date
8/21/2020 11:18:17 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332996 — Fabricated Pipe and Pipe Fitting Manufacturing
 
Contracting Office
SFLC PROCUREMENT BRANCH 1(00080) NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
70Z08020QBX161A
 
Response Due
8/25/2020 7:00:00 AM
 
Archive Date
09/09/2020
 
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 Surface Forces Logistics Center has a��� requirement and requesting quotations for the following part: Item 1) NSN:� 4720-00-837-7178 HOSE ASSEMLBY, NONMEN 210 WMEC REFUELING AT SEA HOSE. DUAL STOCK NSN WITH SMS TO SUPPORT MPC A-C-13610 RAS HOSE ASSEMBLY HYDRO TEST. CURRENT SPECIFICATION MIL-PRF-370K, HOSE AND HOSE ASSEMBLIES, NONMETALLIC; ELASTOMERIC, LIQUID FUEL, DATED 7 NOV 2017. TYPE B, SIZE 07, CLASS 1, STYLE D, MATERIAL B, LENGTH 0500. CROSS SECTIONAL SHAPE STYLE: ROUND INSIDE DIAMETER: 2.500 INCHES NOMINAL TEMP RATING: -32 DEG CELSIUS AND 52.0 DEG CELSIUS SINGLE RESPONSE OUTSIDE DIAMETER: 3.188 INCHES NOMINAL END CONNECTION DESIGN: STRAIGHT FIXED RIGID 1ST END. END CONNECTION DESIGN: FEMALE SWIVEL WITH GASKET 2ND END. CONNECTION TYPE: 2.500 INCH MNPT 1ST END. CONNECTION TYPE: 2.500 INCH FNPT 2ND END. FEATURES PROVIDED: ELECTROSTATIC DISCHARGE CAPABILITY BURST TEST PRESSURE: 500.0 POUNDS PER SQUARE INCH LAYER COMPOSITION AND LOCATION: 1ST LAYER MOLDED RUBBER, CHLOROPRENE AND 2ND LAYER RUBBER IMPREGNATED COTTON FABRIC AND OUTER LAYER MOLDED RUBBER, CHLOROPRENE. NOMINAL THREAD SIZE: 2.500 INCHES 1ST & 2ND ENDS. HYDROSTATIC TEST PRESSURE: 150.0 POUNDS PER SQUARE INCH OUTER COVERING ENVIRONMENTAL PROTECTION: OZONE RESISTANT AND FUEL RESISTANT. INSIDE SURFACE CONDITION: SMOOTH MEASURING METHOD AND LENGTH: 600.000 INCHES NOMINAL EXCLUDING END FITTINGS INDIVIDUALLY PACKAGE AND MARK IAW SP-PP&M-001 MFG: �MILITARY SPECIFICATIONS ����� PN:���� M370B071D0500B QTY: � 50 EA Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore MD 21126, 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 2020-08 (AUG 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 will not be issued. The NAICS code for this solicitation is 332996 and the business size standard is 500. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.106 apply.� 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. Companies 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 Aug 25, 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 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 __HSAR 3052.209-70 Prohibition on contracts with corporate expatriates (June 2006) (End of provision) The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (Jun 2020); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Jun 2020) 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.aquisition.gov ; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Aug 2020). The following clauses listed within 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) 52.212-5 are applicable: FAR 52.219-28, Post Award Small Business Program representation (Mar 2020)(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 (Jun 2020) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (April 2015); FAR 52.222-26, Equal Opportunity (Sep 2016)(E.O. 11246); FAR 52.222-36, Equal Opportunity for workers with disabilities (Jun 2020); FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Jun 2020) (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/5dd832b44b4046bb9b63e1482b1c7a41/view)
 
Record
SN05769387-F 20200823/200821230206 (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.