Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 17, 2020 SAM #6867
SOLICITATION NOTICE

20 -- Inflatable Collar

Notice Date
9/15/2020 12:31:45 PM
 
Notice Type
Presolicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SURFACE FORCES LOGISTICS CENTER BALTIMORE MD 21226 USA
 
ZIP Code
21226
 
Solicitation Number
70z04020Q5AE167
 
Response Due
9/17/2020 8:00:00 AM
 
Archive Date
10/02/2020
 
Point of Contact
Cynthia Matthews
 
E-Mail Address
cynthia.a.matthews@uscg.mil
(cynthia.a.matthews@uscg.mil)
 
Description
The United States Coast Guard Surface Forces Logistics Center has a requirement and requesting quotations for the following parts: � Item 2) NSN: 2040-01-569-5407, Inflatable Collar, Sponson INFLATABLE COLLAR FOR THE ZODIAC HURRICANE H558 DJ RIGID HULL INFLATABLE BOAT (RHIB)ON THE 87' CPB VESSELS. INFLATABLE COLLARS MANUFACTURED TO THE FOLLOWING SPECIFICATIONS: DURARIB II FOAM/AIR (OR EQUAL -TO MATERIALS) COMBINATION COLLAR WITH 40 OZ. ORANGE POLYURETHANE FABRIC SHELL; 5 ROWS BLACK RUBSTRAKE, 12 GRAB HANDLES, 2 PAIR STEP TREADS P/N T-J-558-A-010-0 or 0H558-ZO-001 Quantity:� 6 ea � **EACH INFLATABLE COLLAR SPONSON IS TO BE PACKAGED IN AN APPROPRIATELY SIZED ASTM- D6251 TYPE II,CLASS 1 WOOD-CLEATED PANEL BOARD SHIPPING BOX OR ASTM-D6880 CLASS 2 HEAVY DUTY SCREWED WOODEN BOX. SPONSON IS TO BE SECURED INSIDE THE BOX UTILIZING BLOCKING, AND BRACING TO PREVENT MOVEMENT DURING MULTIPLE SHIPMENTS � Delivery Schedule - Delivery is required by 03/01/21.� Please provide your proposed delivery________ � Used on various U. S. Coast Guard 17C and H55 vessels. Substitute part numbers are NOT acceptable. �Each Item shall be individually packaged in its own protective container and bar-coded.�� Markings shall be in accordance with Coast Guard specification 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. Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, Baltimore MD. �� NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. Concerns having the expertise and required capabilities to provide these same items are invited to submit complete information discussing the same within three (3) calendar days from the day this notice is posted.� This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR 13, �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 _336611� and the Small Business Size Standard is _1250.�� 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. The closing date and time for receipt of quote is� Sept 18, 2020_, at _11_ a.m. Eastern Standard Time. The following FAR Clauses apply to this solicitation.� Offerors may obtain full text versions of these clauses electronically at www.acquisition.gov ; FAR 52.204-7, Systems for Award Management (Oct 2018); 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 (OCT 2019). The following clauses listed within FAR 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 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2018)(E.O. 13126);� FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Sept 2016)(E.O. 11246); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014)(29 U.S.C. 793);� FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Aug 2011); �FAR 52.225-3, Buy American Act-Free Trade Agreement (May 2014)(41 U.S.C. 10a-10d);� 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer�Central Contractor Registration (Jul 2013)(31 U.S.C.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/5e713b0a0c7247f797d67330c955f3e6/view)
 
Record
SN05798119-F 20200917/200915230154 (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  © 1994-2020, Loren Data Corp.