SOLICITATION NOTICE
53 -- PART KIT, SEAL REPLACEMENT
- Notice Date
- 1/19/2023 9:55:17 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 339991
— Gasket, Packing, and Sealing Device Manufacturing
- Contracting Office
- SFLC PROCUREMENT BRANCH 1(00080) NORFOLK VA 23510 USA
- ZIP Code
- 23510
- Solicitation Number
- 70Z08023QAF036
- Response Due
- 1/26/2023 6:00:00 AM
- Archive Date
- 02/10/2023
- Point of Contact
- Eric Goldstein
- E-Mail Address
-
Eric.I.Goldstein@uscg.mil
(Eric.I.Goldstein@uscg.mil)
- Description
- The United States Coast Guard Surface Forces Logistics Center has a ���requirement and requesting quotations for the following part: Item 1) NSN: 5330 01-476-2026 PART KIT, SEAL REPLACEMENT MFG NAME: 13169-RK PART_NBR: Propulsion Systems QUANTITY: 3 SERVO BOX REPAIR KIT 13169-RK FOR 210 A CLASS VESSELS WHICH INCLUDES SERVO BOX SEAL KIT 13169-SK GD-90. TP 3231-245-A, MODEL G 90. SEE NIIN FILE PART II. SERVO BOX SEAL KIT 13169-SK GD-90 ITEM# QTY P/N DESCRIPTION 0001 01 NSB-4 NEVER SEEZ 0002 01 24221 LOCTITE BLUE 12 02 13208-A SEAL BACK-UP RING 13 01 13209-A LANTERN RING 63 01 25632-B SERVO BOX CONTROL GASKET 64 02 25633-B EXHST SERVO VALVE HSNG GASKET 65 01 25634-B SERVO BOX FWRD CVR GASKET 66 01 25635-B SERVO BOX TOP CVR GASKET 67 01 25630-B SERVO BOX GASKET 68 01 25631-B SERVO BOX PIVOT ARM GASKET 69 02 6206NR BEARING 70 02 6207-2RS BEARING 71 02 6007-2RS BEARING 72 03 N06 LOCK-NUT 73 03 W06 LOCK-WASHER 74 01 N07 LOCK-NUT 75 01 W07 LOCK-WASHER 80 01 33452 GASKET 81 01 33451 GASKET 82 02 3100-50 RETAINING RING 83 01 3000-281 RETAINING RING 84 01 3000-244 RETAINING RING 85 02 3100-137 RETAINING RING 86 01 3100-112 RETAINING RING 91 01 13168-91 O-RING 92 01 13168-92 O-RING 93 01 13168-93 O-RING 94 01 13168-94 O-RING 95 01 13168-95 O-RING 96 01 13168-96 O-RING 97 02 13168-97 O-RING 98 01 13168-98 O-RING 99 01 13168-99 O-RING 131 03 5/8"" X 1"" SOCKET HEAD SHOLDER BOLT 132 01 5/8"" X 2-1/4"" SOCKET HEAD SHOLDER BOLT 144 02 6533-JM SEAL 145 01 63 X 772 SEAL 01 9891-LUP SEAL ABOVE PARTS INCLUDED WITH ITEMS BELOW TO MAKE UP REPAIR KIT 13169-RK 1 02 13205-A SEAL RING 10 01 13206-A SEAL RING SPACER 11 01 13207-A SEAL RING SPLIT 122 02 13155-C-122 BUSHING 123 01 13324-C-123 BUSHING 124 01 13155-C-124 BUSHING MAJOR OVERHAUL REPAIR KIT. APPLICATION: USED TO INSPECT & SERVICE THE OD BOX DURING A DDL/DDS. PACKAGE IAW MIL-STD-2073-1-E, LEVEL B, METHOD 30 MARK IAW MIL-STD-129R, BARCODE 39 Delivery shall be F.O.B. DESTINATION to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore MD 21226 This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2023-01 12/30/22) 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 339991 and the business size standard is 500. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13 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 Propulsion Systems, Inc. and/or their authorized distributors 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 via email to Eric.I.Goldstein@uscg.mil, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with SYSTEMS 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 January 26, 2023 at _9:00 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. (End of provision) 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 (November 2020) 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 (November 2020). The following clauses listed within FAR 52.212-5 are applicable: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (June 2020) 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Mar 2020) 52.219-28, Post Award Small Business Program Rerepresentation (May 2020) 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 (April 2015)(E.O. 11246); 52.222-50, Combating Trafficking in Persons (October 2020) FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving (June 2020); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (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://sam.gov/opp/7baaf449fb88484b8972fd1bd4b21c16/view)
- Record
- SN06568312-F 20230121/230119230110 (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 |