SOLICITATION NOTICE
20 -- PLAIN SEAL, SPACER RINGS AND SPACER PLATE
- Notice Date
- 8/27/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333612
— Speed Changer, Industrial High-Speed Drive, and Gear Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
- ZIP Code
- 21226-5000
- Solicitation Number
- 70Z08518Q40460B00
- Archive Date
- 9/19/2018
- Point of Contact
- Vincente P. Neale, Phone: 4107626104
- E-Mail Address
-
vincente.p.neale@uscg.mil
(vincente.p.neale@uscg.mil)
- Small Business Set-Aside
- Partial Small Business
- Description
- THE USCG SURFACE FORCES LOGISTICS CENTER, LRE PRODUCT LINE HAS A REQUIREMENT TO PROCURE THE ITEMS NOTED BELOW. QUOTES MAY SUBMITTED BY EMAIL TO Vincente.P.Neale@USCG.MIL OR FAXED TO 410-762-6570. THE CLOSING DATE AND TIME FOR RECEIPT OF QUOTE IS September 4TH, 2018 at 1200pm 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 333612 and the Business Size Standard is 750 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. This acquisition is __ unrestricted _X_set aside: _100% for: _X_ small business 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. ITEM #1: NSN: 5330-01-672-9900 DESCRIPTION: SEAL,PLAIN PART NUMBER: 36001-1583 MFG:TIMKEN GEARS & SERVICES INC. DESCRIPTIVE DATA: OIL SEAL SPLIT USED ON 225' WLB REDUCTION GEAR. PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS: PACKAGE IAW MIL-DTL-197M PACKAGING OF BEARINGS AND ASSOCIATED MATERIALS: METHOD 33B, LEVEL B UTILIZING MIL-PRF-16173 CLASS II, GRADE 2 PRESERVATIVE WRAPPED IN PPP-B-1055 BARRIER MATERIAL, IN A MIL-DTL-117 TYPE 3, CLASS B, STYLE 1 HEAT SEALABLE BAG AND AN ASTM-5118 FIBERBOARD BOX WITH APPROPRIATE CUSHIONING AND DUNNAGE. MARKING IAW MIL-STD-129R EXCEPT BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY. QTY: 10_ PRICE: tiny_mce_marker___________UNIT OF ISSUE:___EA___ TOTAL:tiny_mce_marker___________ COAST GUARD'S REQUESTED DELIVERY DATE: ON or Before 10/25/2018 VENDORS EARLIEST/BEST DELIVERY: _______________ PARTIAL SHIPMENT IS ACCEPTABLE: NO ITEM #2: NSN: 5365-01-672-9884 DESCRIPTION: SPACER,RING PART NUMBER: 50315-9031 MFG: TIMKEN GEARS & SERVICES INC. DESCRIPTIVE DATA: SEAL SPLIT FOR USE ON 225 WLB REDUCTION GEAR PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS: PACKAGE IAW MIL-DTL-197M PACKAGING OF BEARINGS AND ASSOCIATED MATERIALS: METHOD 33B, LEVEL B UTILIZING MIL-PRF-16173 CLASS II, GRADE 2 PRESERVATIVE WRAPPED IN PPP-B-1055 BARRIER MATERIAL, IN A MIL-DTL-117 TYPE 3, CLASS B, STYLE 1 HEAT SEALABLE BAG AND AN ASTM-5118 FIBERBOARD BOX WITH APPROPRIATE CUSHIONING AND DUNNAGE. MARKING IAW MIL-STD-129R EXCEPT BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY. QTY: _10_ PRICE: tiny_mce_marker___________UNIT OF ISSUE:___EA___ TOTAL:tiny_mce_marker___________ COAST GUARD'S REQUESTED DELIVERY DATE: ON or Before 10/25/2018 VENDORS EARLIEST/BEST DELIVERY: _______________ PARTIAL SHIPMENT IS ACCEPTABLE: NO ITEM #3: NSN: 5365-01-672-9903 DESCRIPTION: SPACER,PLATE PART NUMBER: 50085-2857 MFG: TIMKEN GEARS & SERVICES INC. DESCRIPTIVE DATA: SPACER PLATE SEAL SPLIT USED ON 225 WLB REDUCTION GEAR PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS: PACKAGE IAW MIL-DTL-197M PACKAGING OF BEARINGS AND ASSOCIATED MATERIALS: METHOD 33B, LEVEL B UTILIZING MIL-PRF-16173 CLASS II, GRADE 2 PRESERVATIVE WRAPPED IN PPP-B-1055 BARRIER MATERIAL, IN A MIL-DTL-117 TYPE 3, CLASS B, STYLE 1 HEAT SEALABLE BAG AND AN ASTM-5118 FIBERBOARD BOX WITH APPROPRIATE CUSHIONING AND DUNNAGE. MARKING IAW MIL-STD-129R EXCEPT BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY. QTY: _10_ PRICE: tiny_mce_marker___________UNIT OF ISSUE:___EA___ TOTAL:tiny_mce_marker___________ COAST GUARD'S REQUESTED DELIVERY DATE: ON or Before 10/25/2018 VENDORS EARLIEST/BEST DELIVERY: _______________ PARTIAL SHIPMENT IS ACCEPTABLE:NO ITEM #4: NSN: 5365-01-672-9907 DESCRIPTION: SPACER,RING PART NUMBER: 50315-9672 MFG: TIMKEN GEARS & SERVICES INC. DESCRIPTIVE DATA: SEAL SPACER FOR 225 WLB REDUCTION GEAR. PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS: PACKAGE IAW MIL-DTL-197M PACKAGING OF BEARINGS AND ASSOCIATED MATERIALS: METHOD 33B, LEVEL B UTILIZING MIL-PRF-16173 CLASS II, GRADE 2 PRESERVATIVE WRAPPED IN PPP-B-1055 BARRIER MATERIAL, IN A MIL-DTL-117 TYPE 3, CLASS B, STYLE 1 HEAT SEALABLE BAG AND AN ASTM-5118 FIBERBOARD BOX WITH APPROPRIATE CUSHIONING AND DUNNAGE. MARKING IAW MIL-STD-129R EXCEPT BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY. QTY: _10_ PRICE: tiny_mce_marker___________UNIT OF ISSUE:___EA___ TOTAL:tiny_mce_marker___________ COAST GUARD'S REQUESTED DELIVERY DATE: ON or Before 10/25/2018 VENDORS EARLIEST/BEST DELIVERY: _______________ PARTIAL SHIPMENT IS ACCEPTABLE:NO 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. The closing date and time for receipt of quote is September 4TH, 2018 at 1200pm Eastern Standard Time. PAYMENT TERMS______________SMALLBUSINESS___YES ___NO VENDOR NAME:______________________________________________ VENDOR ADDRESS:______________________________________________ _______________________________________________ VENDOR POC:____________________________________________________ PH:____________________________________ FAX:________________________ EMAIL:___________________________________________________________ *TIN NO:____________________________________(Must fill in this item at all times) *DUNS NO.: __________________________________ 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: tiny_mce_marker__________ (MUST BE INCLUDED) *FOB Origin price from (City, State): ________________________________________ *SHIP TO: United States Coast Guard SFLC Receiving Room - BLDG 88 2401 Hawkins Point RD Baltimore, MD 21226 NOTE: DRAWINGS, SPECIFICATIONS OR SCHEMATICS MAY BE AVAILABLE FROM THIS AGENCY. 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. 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 (JAN 2016); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (APR 2016) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. The following FAR Clause provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (January 2017); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (November 2017) with Alternate I. (This clause is contained in Attachment I). Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. The Offeror shall provide past performance information for any major subcontractor and must be relevant to the scope of work they may perform under the contract resulting from this solicitation. References other than those provided by the Offeror may be contacted by the Government to obtain additional information that shall be used in the evaluation of the offeror's past performance. The Government may waive the submission of past performance information by the offeror if adequate data already exists on file within this office. 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. (End of Clause)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/70Z08518Q40460B00/listing.html)
- Place of Performance
- Address: 2401 HAWKINS POINT ROAD, BALTIMORE, Maryland, 21226, United States
- Zip Code: 21226
- Zip Code: 21226
- Record
- SN05058264-W 20180829/180827231412-89b519bd4e7c6f296973156a1ec54f53 (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 |