Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 22, 2021 SAM #7082
SOLICITATION NOTICE

66 -- SEARCHLIGHT

Notice Date
4/20/2021 12:36:53 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333618 — Other Engine Equipment Manufacturing
 
Contracting Office
SFLC PROCUREMENT BRANCH 1(00080) NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
70Z08021QZC020
 
Response Due
4/26/2021 6:00:00 AM
 
Archive Date
05/11/2021
 
Point of Contact
NINA CROSBY, Phone: 4107626658
 
E-Mail Address
NINA.M.CROSBY@USCG.MIL
(NINA.M.CROSBY@USCG.MIL)
 
Description
�The United States Coast Guard Surface Forces Logistics Center has a ���requirement and requesting quotations for the following part: ��������������������� Item1)searchlight � � 6220 01 536 1038 MFG:�� the Carlisle and finch company Part number#� XY3-EDE-24ARF3 Quantity: 10 EACH � PACKAGING MANDATORY: EACH ITEM SHALL BE INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MIL-STD-2073-1E METHOD 10, SECURED TO CRATE OR CUSHIONED AS APPROPRIATE TO PREVENT MOVEMENT OR DAMAGE FROM EXTERNAL IMPACT. EACH ITEM SHALL THEN BE PACKED IN AN APPROPRIATELY SIZED ASTMD6251 TYPE III, CLASS 1 WOOD-CLEATED PANELBOARD SHIPPING BOX, ASTM-D6880 CLASS 2 HEAVY DUTY SCREWED WOODEN BOX OR 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. � � � . Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, 201 Hawkins Point Road, Baltimore MD 21126, Mark for: Receiving Room bldg 88 Required delivery date no later than�� 6/30/2021 Substitute parts are not acceptable.�� Concerns having the expertise and required capabilities to provide these items are invited to submit complete information discussing the same within two (2) calendar days from the day this notice is 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.� This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2020-05(MAR2020) 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 333618 and the business size standard is 1500. 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.� 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 4/26/2021, at 0900 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 (June 2016); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (June 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 2015); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (June� 2016). 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 44),� 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
SAM.gov Permalink
(https://beta.sam.gov/opp/518fd1d6586d4eda8b06f1d1fd26b621/view)
 
Record
SN05978108-F 20210422/210420230123 (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.