SOLICITATION NOTICE
20 -- FAIRWATER CAP & PROPELLER SHIP PARTS KT
- Notice Date
- 4/17/2020 8:56:18 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
- 70Z08020QCV175
- Response Due
- 4/23/2020 7:00:00 AM
- Archive Date
- 05/08/2020
- Point of Contact
- DONNA SCANDALIATO, Phone: 4107626259
- E-Mail Address
-
DONNA.M.SCANDALIATO@USCG.MIL
(DONNA.M.SCANDALIATO@USCG.MIL)
- Description
- The United States Coast Guard Surface Forces Logistics Center has a��� requirement and requesting quotations for the following parts: Item 1) NSN:� 2010-01-627-9129 CAP, FAIRWATER FAIRWATER CAP FOR THE 154' PROPELLER EACH ITEM SHALL BE INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MIL-STD-2073-1E METHOD 10, CUSHIONED OR SECURED AS APPROPRIATE TO PREVENT MOVEMENT OR DAMAGE FROM EXTERNAL IMPACT. ITEMS SHALL THEN BE PACKED IN AN APPROPRIATELY SIZED ASTM-D6251 TYPE III, CLASS 1 WOOD-CLEATED PANELBOARD SHIPPING BOX OR ASTM-D6880 CLASS 2 HEAVY DUTY SCREWED WOODEN BOX. EACH PACKAGE SHALL BE MARKED IAW MIL-STD-129R EXCEPT BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY MFG:� MICHIGAN WHEEL CO.� PN:�������� 950722 QTY:�� 10 EA Item 2) NSN:� 2010-01-629-4693 PARTS KIT, PROELLER, SHIP NEW KIT INCLUDES SOCKET HEAD CAP SCREWS AND SAFETY WIRE TO ALLOW FOR SAFETY WIRING THE ZINC IN PLACE AT THE AFT END OF THE FAIRWATER CAP. CONTAINS: QTY DESCRIPTION 01 ANODE ZINC PLATE 01 COVER PLATE 01 RETAINING RING 01 O-RING FWD END CAP 01 O-RING AFT END CAP 04 M16 X 2 X 50MM SS SHCS WITH SAFETY WIRE HOLES 03 M10 X 1.5 X 25MM SS SHCS 02 SS HEX O-RING PLUG 03 LIFITING EYE BOLT 06 PLUG - LIFTING HOLE 01 O-RING HIB FWD PROPELLER 03 ANTI VIBRATION LOCK WASHER 08 M6 X 1 X 20MM SS SHCS 01 SAFETY WIRE- FRC ZINC PLATE INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MIL-STD-2073-1E METHOD 10, CUSHIONED AND PACKED IN AN APPROPRIATELY SIZED ASTM-D5118 DOUBLE-WALL FIBERBOARD BOX. FAILURE TO MEET THE PACKING, PACKAGING, MARKING AND BAR CODING REQUIREMENTS WILL RESULT IN WAREHOUSE REJECTION AND ITEMS WILL BE SHIPPED BACK TO VENDOR. MARKING IAW MIL-STD-129R EXCEPT BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY MFG:� MICHIGAN WHEEL CO.� PN:�������� 950719 QTY:�� 5 EA Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore MD 21126, Mark for: Receiving Room Bldg 88 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 (MAR 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 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.� Substitute parts are not acceptable.� It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this synopsis/solicitation.� It is the Government's belief that only Michigan Wheel Co. and/or their authorized distributor can provide this unit. Concerns having the expertise and required capabilities to provide this item are invited to submit complete information discussing the same within two (2) calendar days from the day this notice 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.�� 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.� Award will be lowest price technically acceptable.� 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 April 23, 2020 at 10:00 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 (Oct 2018); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Dec 2019) 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 (Oct 2018); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Mar 2020). 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 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 2020) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (April 2015); FAR 52.222-26, Equal Opportunity (Sep 2016)(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-System for Award Management (Oct 2018)(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/d7bb0fe48e2640f5b6edcd57ea269e88/view)
- Record
- SN05624931-F 20200419/200417230146 (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 |