MODIFICATION
99 -- HONDA PARTS - Packing Requirements
- Notice Date
- 6/24/2015
- Notice Type
- Modification/Amendment
- NAICS
- 336612
— Boat Building
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Sector Baltimore, 2401 Hawkins Point Road, Baltimore, Maryland, 21226, United States
- ZIP Code
- 21226
- Solicitation Number
- HSCG40-15-Q-K00192
- Archive Date
- 7/16/2015
- Point of Contact
- ERIKA NIXON, Phone: 4107626469
- E-Mail Address
-
ERIKA.C.NIXON@USCG.MIL
(ERIKA.C.NIXON@USCG.MIL)
- Small Business Set-Aside
- Total Small Business
- Description
- Packing Requirements THE USCG SURFACE FORCES LOGISTICS CENTER, SBPL PRODUCT LINE HAS A REQUIREMENT TO PROCURE THE ITEMS NOTED BELOW. QUOTES MAY SUBMITTED BY EMAIL TO ERIKA.C.NIXON@USCG.MIL OR FAXED TO 410-762-6570. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-82(MAY 2015) 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 336612 and the Small Business Size Standard is 1000. 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. 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 07/01/2015. 12:00 p.m. Eastern Standard Time. THIS IS A BRAND NAME MANDATORY REQUIREMENT Item 1) NSN: 5930-01-552-9093, EMG KILL SWITCH, LAN AMERICAN HONDA MOTOR CO P/N: 36155-ZW7-000AH Quantity: 300 ea Item 2) NSN: 6680-01-HS2-1103, FUEL GAUGE AMERICAN HONDA MOTOR CO P/N: 37303-ZW5-000ZA Quantity: 25 ea Item 3) NSN: 2910-01-573-2705, FLUID FILTER ELEMENT AMERICAN HONDA MOTOR CO P/N: 16911-ZY3-010 Quantity: 200 ea Item 4) NSN: 2040-01-HS2-1713, LEFT COWLING COVER AMERICAN HONDA MOTOR CO P/N: 63715-ZY3-030ZA Superseded P/N: 63715-ZY3-040ZA Quantity: 11 ea Item 5) NSN: 2090-01-HS2-2892, ROD GUIDE AMERICAN HONDA MOTOR CO P/N: 56115-ZW1-305 Quantity: 32 ea Item 6) NSN: 4730-01-HS2-2922, L. *NH8* MANIFOLD AMERICAN HONDA MOTOR CO P/N: 18120-ZY3-010ZA Quantity: 5 ea Item 7) NSN: 2930-01-HS2-1624, VAPOR SEPARATOR AMERICAN HONDA MOTOR CO P/N: 16730-ZY3-A04 Quantity: 3 ea Item 8) NSN: 2990-01-HS2-2923, MUFFLER PROTECTOR AMERICAN HONDA MOTOR CO P/N: 18320-ZF1-H52 Quantity: 23 ea Item 9) NSN: 2930-01-HS2-7995, THERMOSTAT SPACER AMERICAN HONDA MOTOR CO P/N: 19319-ZY3-A00ZA Quantity: 44 ea Item 10) NSN: 2910-01-507-1442, FLUID FILTER ELEMENT Racor / Parker Hannifan P/N: S3227 Quantity: 150 ea Delivery Schedule - Delivery is required by 07/31/2015. Please provide your proposed delivery on quote. The items are used on various US Coast Guard vessels. Only genuine American Honda Motor Co. OEM parts are acceptable. Substitute part numbers are NOT acceptable. Concerns having the expertise and required capabilities to provide these items are invited to submit complete information discussing the same within three (3) calendar days from the day this notice is posted. All items will be individually packaged and bar-code in accordance with Coast Guard specification SP-PP&M-001 REV'D. 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: DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE NOT AVAILABLE FROM THIS AGENCY. It is anticipated that a purchase order shall be awarded as a result of this synopsis/solicitation. 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 (JUL 2013); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (MAY 2015) 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 (MAY 2015). The following clauses listed within FAR 52.212-5 are applicable: FAR 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011) (15 U.S.C. 644). (ii) Alternate I (Oct 1995) of 52.219-6. (iii) Alternate II (Mar 2004) of 52.219-6; FAR 52.219-28, Post Award Small Business Program representation (Apr 2009)(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 (JUL 2010)(E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)(29 U.S.C. 793); 52.223-18; Contractor Policy to Ban Text Messaging While Driving (Sep 2010) (E.O. 13513); FAR 225-13, Restrictions on Certain Foreign Purchase (Jun 2008) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31 U.S.C. 3332). 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 be calling 866-606-8220, or 334-206-7828 for internationalcalls. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2015-06-16 12:09:43">Jun 16, 2015 12:09 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2015-06-24 11:07:41">Jun 24, 2015 11:07 am Track Changes Brand - Name Mandatory Solicitation
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f50078ab9dcba7772a677479c5492b2b)
- Place of Performance
- Address: SFLC AMMIS WAREHOUSE, 2401 HAWKINS POINT ROAD, BALTIMORE, Maryland, 21226, United States
- Zip Code: 21226
- Zip Code: 21226
- Record
- SN03775295-W 20150626/150624235700-f50078ab9dcba7772a677479c5492b2b (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |