Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 29, 2021 SAM #7119
SOLICITATION NOTICE

59 -- CIRCUIT BRAKER

Notice Date
5/27/2021 11:11:16 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335999 — All Other Miscellaneous Electrical Equipment and Component Manufacturing
 
Contracting Office
SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
 
ZIP Code
94501
 
Solicitation Number
70Z08521Q30079B00
 
Response Due
6/14/2021 9:00:00 AM
 
Archive Date
06/29/2021
 
Point of Contact
KATHLEEN M. LECHERT, Phone: 4107626920
 
E-Mail Address
kathleen.m.lechert@uscg.mil
(kathleen.m.lechert@uscg.mil)
 
Description
Description THE USCG SURFACE FORCES LOGISTICS CENTER, LRE PRODUCT LINE HAS A REQUIREMENT TO PROCURE THE ITEM NOTED BELOW. QUOTES MAY SUBMITTED BY EMAIL TO KATHLEEN.M.LECHERT@USCG.MIL. THE CLOSING DATE AND TIME FOR RECEIPT OF QUOTE IS 14 JUNE 2021 at 12:00 pm EST. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is 335999. This synopsis/solicitation is issued pursuant to FAR 6.203-1 and HSAM 3006.302-1. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.5. FAC THIS ACQUISITION IS UNRESTRICTED. 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. Substitute part numbers are NOT acceptable. It is anticipated that purchase order shall be awarded as a result of this synopsis/solicitation. The items are used on various US Coast Guard vessels. Substitute part numbers are NOT acceptable. AWARD WILL BE BASED ON AN ALL OR NONE QUOTE. ITEM #1: NSN: 5925 01-458-3751 DESCRIPTION: CIRCUIT BREAKER PART NUMBER: 3776A18G06 � DESCRIPTIVE DATA: CIRCUIT BREAKER TYPE 75VCP-W500, CONTINUOUS CURRENT AMPS2,000 AMPS, MAXIMUM VOLTAGE 8.5KV, NOMINAL MVA CLASS 500, SHORT CIRCUIT CURRENT: MAX INTERRUPTING KA RMS 41, CLOSED AND LATCHED KA RMS/KA PEAK 66/111, BIL (IMPULSE) WITHSTAND KV PEAK 95, STYLE NUMBER (FIRST 7 DIGITS) 3776A18 CIRCUIT BREAKER SHALL BE INDIVIDUALLY PACKAGED, PACKED AND MARKED EACH CIRCUIT BREAKER SHALL BE INDIVIDUALLY PACKAGED IN ITS OWN ENCLOSED WOODEN BOX. THE BOX SHALL BE ASSEMBLED USING STAINLESS STEEL WOOD SCREWS OR EXTERIOR ""DECK"" SCREWS SUITABLE FOR USE WITH PRESSURE TREATED LUMBER. THE CIRCUIT REAKER SHALL BE BOLTED TO THE INSIDE OF THE BOX IN SUCH A MANNER TO PREVENT THE CIRCUIT BREAKER FROM SHIFTING DURING HANDLING. THE BASE OF THE BOX SHALL BE 4"" X 4"" WOODEN SKIDS FOR HANDLING. THE BOX SHALL BE CAPABLE OF PROTECTING THE CIRCUIT BREAKER FROM DAMAGE DURING MULTIPLE SHIPMENTS BY COMMERCIAL CARRIERS. EACH BOX SHALL BE MARKED ON THE UPPER LEFT CORNER OF THE TWO LONGEST SIDES. IF THE BOX IS SQUARE THE MARKING SHALL BY IN THE UPPER LEFT CORNER ON OPPOSITE SIDES. THE MARKING SHALL CONSIST OF THE FOLLOWING ITEMS: BAR CODING - THE CONTRACTOR SHALL SUPPLY BAR CODE LABELS N ACCORDANCE WITH SFLC SPECIFICATION D-000-0100 REV G. THE ACTUAL LABELS SHALL BE TYPE ""V"". GRADE ""A"", STYLE ""2"", COMPOSITION ""B"" WITH PLASTIC LAMINATE. EACH LABEL SHALL CONTAIN ENCODED DATA USING ""FORMAT CODE 39"" FOR THE STOCK NUMBER. RFID TAGS ARE NOT REQUIRED. � PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS: PRESERVE/PACK IAW MIL-STD-2073-1E CHG 4 METHOD 10 DATED: 04/22/20 MARK IAW MIL-STD-129 INDIVIDUAL PACK & MARK ___YES ___NO BAR-CODE___YES ___NO QTY: _3_ PRICE: $____________UNIT OF ISSUE: _EA_ TOTAL: $____________ COAST GUARD�S REQUESTED DELIVERY DATE: ON or before 09/01/2021 VENDORS EARLIEST/BEST DELIVERY: __________ARO (Day / Week / Month) The item(s) is/are used on various US Coast Guard vessels. Substitute part numbers are NOT acceptable. 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. CREDIT CARD: _____YES_____NO PURCHASE ORDER: _____YES_____NO PAYMENT TERMS: ______________ SMALL BUSINESS: ___YES ___NO VENDOR NAME: ______________________________________________ VENDOR ADDRESS: ______________________________________________ _______________________________________________ VENDOR POC: ____________________________________________________ PH: _________________________________ FAX: ________________________ EMAIL: ___________________________________________________________ *TIN NO: ____________________________________ (Required � Must be Included) *DUNS NO: __________________________________ (Required � Must be Included) ACTIVE IN SYSTEM FOR AWARD MANAGEMENT (REQUIRED FOR AWARD) (www.sam.gov): _______YES ________NO Part covered under GSA Contract _____YES______NO (if yes, mark below) CONTRACT NUMBER: ______________________ Note: FOB Destination pricing is preferred, however, if item quoted is not FOB Destination quotation must include as a separate line item for the following: * Estimated shipping: $___________ (MUST BE INCLUDED, if not FOB Destination) *If FOB Origin pricing (City, State): ______________________________________ *SHIP TO: United States Coast Guard SFLC Receiving Room � BLDG 88 2401 Hawkins Point RD Baltimore, MD 21226 NOTE: PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS: AS NOTATED ABOVE WITH SPECIFIC ITEM It is anticipated that a purchase order shall be awarded as a result of this synopsis/solicitation. �THIS AWARD WILL BE BASED ON PRICE. 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 (OCT 2018); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (OCT 2018) 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. Offeror may obtain full text versions of these clauses electronically at www.ecfr.gov 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items (MAY 2019) Title 48: Federal Acquisition Regulations 3052.209-70 Prohibition on contracts with corporate expatriates The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (JUNE 2020); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (FEB 2021) 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. Offeror may obtain full text versions of these clauses electronically at www.ecfr.gov 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders � Commercial Items (JAN 2021) (1)� 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (JUNE����� ��������2020) (Pub. L. 109-282) (31 U.S.C. 6101 note). (2)52.209-6, Protecting the Government�s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (JUN 2020) (31 u.s.c.6101 note).� (3) 52.219-13, Notice of Set-Aside of Orders (MAR 2020) (15 U.S.C. 644(r)). (4)52-219.14, Limitations on Subcontracting (MAR 2020), 15 u.s.c. 637(a)(14)). (5) 52.219-28, Post Award Small Business Program Representation (NOV 2020) (15 U.S.C. 632(a)(2)). (6) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (7) 52.222-19, Child Labor�Cooperation with Authorities and Remedies (JAN 2020) (E.O. 13126). (8) 52.222-21, Prohibition of Segregated Facilities (APR 2015). (9) 52.222-26, Equal Opportunity (SEP 2016) (E.O. 11246). (10)52.222-35, Equal Opportunity for Veterans (JUNE 2020)(38 U.S.C. 4212). (11) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUNE 2020) (29 U.S.C. 793). (12) 52.222-37, Employment Reports on Veterans (JUNE 2020) (14) (i) 52.222-50, Combating Trafficking in Persons (OCT 2020) (22 U.S.C. chapter 78 and E.O. 13627). (15) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (JUNE 2020) (E.O. 13513). (1) (i) (11) (i) 52.225-1, Buy American Supplies� (JAN 2021) (16) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (14) 52.232-33, Payment by Electronic Funds Transfer� System for Award Management (Oct 2018) (31 U.S.C. 3332).
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a8a493cfa39e478f9302e36dde799654/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06015491-F 20210529/210527230113 (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.