Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 14, 2023 SAM #7991
SOLICITATION NOTICE

43 -- PUMP UNIT CENTRIFUGAL 24 VOL

Notice Date
10/12/2023 11:21:14 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SFLC PROCUREMENT BRANCH 3(00040) BALTIMORE MD 21226 USA
 
ZIP Code
21226
 
Solicitation Number
70Z04024Q50473B00
 
Response Due
10/27/2023 11:00:00 AM
 
Archive Date
11/11/2023
 
Point of Contact
Yannick Kassi, TITO GONZALEZ
 
E-Mail Address
Yannick.A.Kassi@uscg.mil, Tito.Gonzalez2@uscg.mil
(Yannick.A.Kassi@uscg.mil, Tito.Gonzalez2@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
(i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. (ii) Solicitation number 70Z04024Q50473B00 applies and is used as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-4, effective, (02 June 2023)). (iii) It is anticipated that a competitive price purchase order shall be awarded as a result of this synopsis/solicitation. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. (iv) The U.S. Coast Guard, Surface Forces Logistics Center (SFLC) intends to award a Firm Fixed Price Purchase Order. (v) Quotes will be evaluated 1st by who can provide all the requested items, then delivery time frame and finally by price. (vi) The United States Coast Guard Surface Forces Logistics Center has a requirement for the following items: PLEASE QUOTE WITH DELIVERY TO ZIP CODE 21226 - NO SUBSTITUTIONS. Vendor shall provide: ALL ITEMS LISTED IN THE ATTACHED PARTS LIST AND NO SUBSTITUIONS WILL BE AUTHORIZED WITHOUT APPROVAL FROM USCG YARD TECHNICAL EXPERTS. ITEM 1): PUMP UNIT, CENTRIFUGAL NSN: 4320-01-457-0827 DIAPHRAGM PUMP, SELF PRIMING, 4.2 GPM, CUT IN 20 PSI, CUT OUT 40 PSI, VERTICAL SUCTION LIFT 5 FT, 24 VDC, POTABLE WATER SYSTEM ********************************************* INDIVIDUAL PACKAGE IN ACCORDANCE WITH MIL-STD-2073-1E METHOD 10, CUSHIONING MATERIALS, DUNNAGE, BLOCKING AND BRACING SHALL BE APPLIED AS REQUIRED TO PROTECT THE ITEMS AND THE ENCLOSED MEDIA AND RESTRICT THE MOVEMENT OF THE ITEM. ITT JABSCO PRODUCT PART NUMBER: 36900-1010 QUANTITY: 20 EA UNIT PRICE: TOTAL AMOUNT: REQUIRED DELIVERY DATE ON OR BEFORE: 05/15/24. PROMISED DELIVERY DATE: _________________ ** Total cost shall have delivery and any Freight charges included. ** ** SHIPPING: FOB DESTINATION REQUIRED. ** SHIP TO: USCG SURFACE FORCES LOGISTICS CENTER 2401 HAWKINS POINT ROAD RECEIVING ROOM- BUILDING 88 BALTIMORE, MD 21226 (vii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.acquisition.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (NOV 2021). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g., on company letterhead formal quote form, etc.) but must include the following information: 1) company�s complete mailing and remittance addresses 2) discounts for prompt payment if applicable 3) cage code 4) Dun & Bradstreet number 5) Taxpayer ID number 6) Price and delivery information 7) Provide one (1) relevant past performance reference including name of contractor, point of contact and telephone number. 8) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (viii) FAR 52.212-2 Evaluation-Commercial Items (Oct 2014). � The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. Award will be lowest technically acceptable. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation and provides the Government with the lowest technically acceptable. The evaluation and award procedures in FAR 13.106 apply. The U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. (ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Oct 2018) shall be submitted with their offers. The use of the System for Award Management (SAM) website located at https://www.sam.gov/portal is mandatory. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision FAR 52.212-3 which can be obtained electronically at https://www.acquisition.gov. (x) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2018) applies to this acquisition. The following addendum applies: Address for submission of invoices is U.S. Coast Guard Finance Center, 1430A Kristina Way, Chesapeake, VA 23326-3635. (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Jan. 2019). The following clauses are incorporated: a. 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). b. 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a) c. 52.219-6 Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644) d. 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644 �). e. 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632 (a) (2)). f. 52.222-3 Convict labor (June 2003) (E.O. 11755) g. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (EO 11755) h. 52.222-21, Prohibition of Segregated Facilities (Apr 2015) i. 52.222-26 Equal Opportunity (Sept 2016) (E.O. 11246) j. 52.222-36 Affirmative Action for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) k. 52.222-50, Combating Trafficking in Persons (Mar 2015) l. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (EO. 13513) m. 52.225-3, Buy American-Free trade Agreements- Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C 4001 note, Pub L. 103-182,108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43) n. 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E. O�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). o. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Jul 2013) (21 U.S.C. 3332). p. 52.233-3 Protest after award (Aug 1996) q. 52.233-4 Applicable Law for Breach of Contract Chain (Oct. 2004). The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. HSAR 3052.242-71 Dissemination of Contract Information (Dec 2003); Copies of HSAR clauses may be obtained electronically at: Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov (xii) See required documents for scanned copies of each item requested. (xiii) Defense Priorities and Allocations System (DPAS): N/A (xiv) Proposals may be emailed to Yannick.A.Kassi@uscg.mil/ (xv) Christopher Hall has been designated as the POC under this award for any inquiries regarding the requirement. Christopher Hall is NOT a warranted Contracting Officer. Any discussions of contractual requirements do not constitute contractual direction or authorization of any kind. Any changes to the contract terms and conditions must ONLY come from the cognizant Coast Guard warranted Contracting Officer. E-mail: Christopher.A.Hall2@USCG.MIL PH: 410-762-6340 PH: 410-636-3372 Preparation For Delivery All material must be shipped to U.S. Coast Guard Surface Forces Logistics Center, 2401 Hawkins Point Road, Receiving Room- BLDG 88, Baltimore, MD, 21226 for this Purchase Order. Material must be accompanied by an itemized packaging list securely attached to the outside of the shipment. All packing lists shall cite the Purchase Order Number with the packaging in such a manner to ensure identification of the material provided. Material shall be packed for shipment using Military Packaging, for examples in packaging please reference MIL-STD-2073-1E Method. Material must be packaged in such a manner as to afford adequate protection to the item against corrosion, deterioration, and physical damage during shipment from the supply course to Surface Forces Logistics Center locations. Packaging shall provide adequate protection for warehouse storage and shipments from the warehouse. All material shall be marked in accordance with MIL-STD-129R and barcoded unless otherwise authorized by the Contracting Officer. All material will have the Purchase Order Number, National Stock Number (if applicable), Vendor name and Part Number clearly marked on the exterior of all material shipped. All Deliveries are to be made Monday through Friday between the hours of 7:00AM to 1:00PM. Please make sure that any changes in Delivery Timeframes or tracking information get sent to D05-SMB-SFLC-CPD-CP3-SAP-ADMIN@uscg.mil. Invoicing In IPP It is now a requirement that all invoicing for Purchase Orders will now be entered and processed through https://www.ipp.gov.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6a14d8683b01438582ea277c85cdc6e5/view)
 
Place of Performance
Address: Curtis Bay, MD 21226, USA
Zip Code: 21226
Country: USA
 
Record
SN06858342-F 20231014/231012230050 (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.