SOLICITATION NOTICE
99 -- Purchase of Various Items and Make Up of Install Kits - Attachment 10.3 - Attachment 10.1 - Statement of Work SOW - Attachment 10.4 - Attachment 10.5
- Notice Date
- 9/20/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 811310
— Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), C4IT (C3CEN), Coast Guard Blvd, Portsmouth, Virginia, 23703, United States
- ZIP Code
- 23703
- Solicitation Number
- 70Z04418QPC6079
- Archive Date
- 10/10/2018
- Point of Contact
- James A Lassiter, Phone: (757)686-2149
- E-Mail Address
-
james.a.lassiter@uscg.mil
(james.a.lassiter@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- ATTACHMENT 10.5 ATTACHMENT 10.4 Statement of Work SOW ATTACHMENT 10.1 ATTACHMENT 10.3 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 and no other solicitation document will be issued. This solicitation is being issued as a Request for Quote number RFQ 70Z04418QPC6079. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-99. This procurement will be processed in accordance with FAR Part 12. The North American Industry Classification System (NAICS) is 811310. The SBA size standard in Employees is $7.5 M. This is Not a Small Business Set-Aside, The USCG Command, Control and Communication Engineering Center (C3CEN) Portsmouth, VA. 23703 intends to purchase: Purchase Items to assemble ATU Installation Parts Kits. The Coast Guard does not own nor can they obtain specifications, drawings, plans or other technical data for this item. Request for drawings/specs will be disregarded. Items are to be new items. Used or Refurbished items are not acceptable. Substitute proposed Brands will NOT be considered for Award. Any Contractors that can provide a quote you are encouraged to provide a Firm Fixed Price Quotation IRT this Fed-Biz-Ops Solicitation. The government intends to award a contract resulting from this solicitation to the responsible bidder proposal conforming to the solicitation which will be most advantageous and Best Value to the Government, price and other factors considered. FIRM FIXED Price Proposals may be submitted on company letterhead stationery and must include the following information: Cost Breakdown, Unit Price, Extended Price, Payment Terms and discount offered for prompt payment. Note: The Government/USCG reserves the right to Award on an All or None Basis that is the Gov may issue a PO Contract to the Offeror that submits the lowest aggregate price rather than issue a PO Contract to each Offeror on the basis of the lowest Quotation on each item. Provide Firm Fixed Price Proposals with Delivery Information and Delivery Time Frame by Sep/27/2018 at 8:00 A.M (EST). Delivery Information is to include the Shipping Terms the Offeror is proposing, FOB Origin or FOB Destination. FOB Destination is preferred by USCG/Government. If proposing FOB Origin, provide Shipping Cost as a Separate Line Item. FIRM FIXED Price Proposals are to be sent via EMAIL on Company Letterhead to Point of Contact (POC) listed below and MUST include the following information: (1) Cost Breakdown, (2) Unit Price, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount Offered for Prompt Payment, (7) Company DUNS and Cage Code Numbers. QUOTES ARE TO BE SENT TO: D05-SMB-C4ITSC-CPD-C3CEN-TeamS@uscg.mil Anticipated Award Date for the PO Contract is Sep/27/2018, this date is approximate and not exact INSPECTION AND ACCEPTANCE: The Contractor shall only tender for acceptance those Items that conform to the requirements of this Order/Contract. The Government/USCG reserves the right to Inspect or Test any Supplies or Services that have been tendered for Acceptance. The Government may require repair or replacement of nonconforming supplies or re-performance of nonconforming Services at no increase in contract price. If repair/replacement or re-performance will not correct the defects or is not possible, the Government/USCG may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights- (1) Within a reasonable time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. Final Inspection and Acceptance will be performed by Gov/USCG Authorized Personnel at the point and location of Destination as stated on the Order/Contract, unless otherwise stated on the Order/Contract. Delivery: 4 Months (120 Days) ARO Schedule B: Items to assemble 51 Each ATU Installation Parts Kits IAW the attached Statement of Work (SOW) and See Attachment 10.1 "ATU Parts Kit List" to include supply sources. Line Item 1: - 2 Ea of - Stuffing Tube (Size 2), (NYST-1-002) P/N: M19622/1-002 Line Item 2: 2 Ea of - Packing Assembly (Size 2A) P/N: M19622/17-01 Line Item 3: 26 ft of - Cable, Radio Frequency (MIL-C-17 Low Smoke Zero Halogen) P/N: RG-223/U Line Item 4: 4 Ea of - Connector, Plug, Electrical (N-type Male) P/N: 82-4340 Line Item 5: 1 Ea of - Connector, UHF Male P/N: 182310 Line Item 6: 1 Ea of - Adapter, Connector (Precision Bulkhead N-type Female to N-type Female Adapter Stainless Steel) P/N: PE9128 Line Item 7: 1 Ea of - Adapter, Connector (Right Angle UHF to UHF Adapter Male to Female) P/N: 083-1AP Line Item 8: 1 Ea of - Cover, Yoke Rubber P/N: 2072-33067-00 Line Item 9: 8 Ea of -Tags, Marker, (Identification Tags, Cable, Aluminum) P/N: 43A30ML64RL Line Item 10: 1 RO of - Tape, Rubber, (Vulcanizing) P/N: AA59163 Line Item 11: 1 RO of - Tape, Insulation, Electrical P/N: 33+ Line Item 12: Terminal, Lug P/N: 58605 Line Item 13: 4 Ea of - #10-32inch x 3/4 inch Long, Flat Head Machine Screw, Phillips, 316 Stainless Steel P/N: 0178467 Line Item 14: 4 Ea of - Washer, Flat (#10, 316 Stainless Steel, Small OD) P/N: 78009 Line Item 15: 4 Ea of - #10 Medium Split Lock Washers, 316 Stainless Steel P/N: 78059 Line Item 16: 4 Ea of - #10-32 Acorn Nut, 316 Stainless Steel P/N: 77781 Line Item 17: 2 Ea of - Screw, cap, Hexagon Head (3/8 inch - 16 x 1 inch, 316 Stainless Steel) P/N: 77105 Line Item 18: 5 Ea of - Washer, Flat (3/8 inch, Small 316 Stainless Steel) P/N: 78017 Line Item 19: 5 Ea of - Washer, Lock (3/8 inch, Medium Split, 316 Stainless steel) P/N: 78067 Line Item 20: 5 Ea of - 3/8 inch - 16 x ¾ inch Long, Screw, Hex Cap, 316 Stainless Steel P/N: 1177103 Line Item 21: 4 Ea of - m3/8 inch - 16 x 1 inch, Hex Cap Screw, Aluminum P/N: 76320 Line Item 22: 4 Ea of - 3/8 inch Washer, Flat,.897 OD, Aluminum, General Purpose P/N: 76359 Line Item 23: 4 Ea of - 3/8 Lock Washer, Medium Split,.680 OD, Aluminum P/N: 76371 Line Item 24: 4 Ea of - ¼ inch -20 x 1 inch Hex Cap Screw, 316 Stainless Steel P/N: 77005 Line Item 25: 4 Ea of - Washer, Flat (¼ inch -20 inch, Small OD, 316 Stainless Steel) P/N: 78013 Line Item 26: 4 Ea of - Washer, Lock (¼ inch - 20 inch, 316 Stainless P/N: 78063 Line Item 27: 4 Ea of - ¼ inch - 20 x 1 inch, Full Thread Tap Bolt, Hex HD, Aluminum P/N: 76311 Line Item 28: 8 Ea of - ¼ inch Flat Washer, Large.442 OD, Aluminum P/N: 76361 Line Item 29: 4 Ea of - ¼ inch Medium Split Lock Washer, Aluminum P/N: 76369 Line Item 30: 4 Ea of - ¼ inch - 20 Finished Hex Nut, Aluminum P/N: 76347 Line Item 31: 4 Ea of - 1/4-20 x 3/4 inch Zinc Case Hardened Hex Serrated Flange Bolts P/N: 1119903 Line Item 32: 4 Ea of - 1/4 inch-20 Grade A Zinc Finish Steel Regular Square Nuts P/N: 37620 Line Item 33: 2 Ea of - Strip, Electrical Grounding (Strap, Class C, Type II, Bonding 1 inch x 3 inch, w/mounting holes in each end) P/N: MS24749-II-A -Line Item 34: 1 Ea of - Strap, Class C, Type 1, Bonding Rope Style 10 inch (Stainless) P/N: MS24749-I-N-10 Line Item 35: 1 Ea of - Adapter, Right Angle Coaxial (SO-239 UHF Type Female to N-type Male) P/N: ARS-G330-RA Line Item 36: 1 Ea of - Marker, Identification (Type 1) P/N: 101/5 Line Item 37: 1 Ea of - Marker, Identification (Type 2) P/N: 102/5 Line Item 38: 1 Ea of - Marker, Identification (Type 3) P/N: 103/5 Line Item 39: 1 Ea of - Marker, Identification (Type 4) P/N: 104/5 Line Item 40: 1 Ea of - Mounting Template (Corrugated Cardboard) P/N: USCG MOUNTING TEMPLATE Line Item 41: 1 Ea of - Countersink 82 degree, Size CS10S, 67200 (Pilotless) 9/16" x ¼" shank, gold hi-molybdenum steel P/N: 0310130 Line Item 42: 1 Ea of - Caulking Gun, 9in Professional Heavy Duty (Steel) P/N: HD138C Line Item 43: - Shipping to 21226 (Baltimore, MD) IAW the Statement of Work Total____________________________ PLEASE NOTE: THIS IS NOT A SMALL BUSINESS SET-A-SIDE PROVISIONS / CLAUSES: The Following FAR Provisions apply to this Solicitation: FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations - Representation (Nov 2015) FAR 52.212-1 -- Instructions to Offerors -- Commercial Items (Jan 2017) FAR 52.212-2 -- Evaluation -- Commercial Items (Oct 2014). Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, delivery, past performance and quality. FAR 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (Nov 2017). The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) website accessed through http://www.sam.gov/portal. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision. • The Following Clauses apply to this Solicitation and awarded Contract. FAR 52.212-4 -- Contract Terms and Conditions -- Commercial Items (Jan 2017) FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jan 2018) FAR 52.252-2 -- Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at https://www.acquisition.gov/; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 System for Award Management (Oct 2016). Contractors are located and identified in SAM by their DUNS number. To facilitate payment via Electronic Funds Transfer - contractors should be registered in SAM. A DUNS number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded Contract. FAR 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note) FAR 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note). FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015) 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 (June 2003) (E.O. 11755). FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015). FAR 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246). FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). FAR 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). FAR 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). FAR 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). Alternate 1 (May 2014) FAR 52.225-13, Restriction 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). FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). FAR 52.233-3, Protest After Award (AUG 1996) FAR 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)). FAR 52.247-32 -- F.o.b. -- Origin, Freight Prepaid (Feb 2006) FAR 52.247-34 -- F.o.b. - Destination (Nov 1991) The above/following clauses are incorporated by reference, entire clause(s) available at https://www.acquisition.gov/far
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/d6625c78755c2a4e86a4fe8ba9acf290)
- Record
- SN05099100-W 20180922/180920231423-d6625c78755c2a4e86a4fe8ba9acf290 (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 |