SOLICITATION NOTICE
20 -- Marine Rudder
- Notice Date
- 7/19/2022 12:13:02 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- SFLC PROCUREMENT BRANCH 3(00040) BALTIMORE MD 21226 USA
- ZIP Code
- 21226
- Solicitation Number
- 70Z04022Q5CA103
- Response Due
- 8/5/2022 8:00:00 AM
- Archive Date
- 08/20/2022
- Point of Contact
- Cynthia A Matthews, Phone: 4107626509
- E-Mail Address
-
cynthia.a.matthews@uscg.mil
(cynthia.a.matthews@uscg.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The United States Coast Guard Surface Forces Logistics Center has a requirement and requesting quotations for the manufacturing of the following parts: Item 1)� NSN 2040 01-444-6315, 47' MLB MARINE RUDDER MARINE RUDDER MANUFACTURED OF STAINLESS STEEL IN ACCORDANCE WITH COAST GUARD DRAWING 47BMLB 562-010 REV. B AND COAST GUARD SPECIFICATION NUMBER P-562-0443. P/N� 47B MLB 562-010 Quantity: �10 EA $_______ Delivery _____________ All items shall be manufactured, tested, inspected, individually packed and marked in accordance with Specification P-562-0443 and drawing number 47B MLB 562-010, Rev. B.� 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. Quality Assurance � The Coast Guard reserves the right� to verify or have performed any of the inspection set forth herein where such inspection are deemed necessary to assure that supplies and services conform to prescribed requirements. The contractor shall notify the Coast Guard Contracting Officer prior to the schedules commencement of any inspection required by this specification. Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, Baltimore MD. EVALUATION Award shall be made without discussions unless the Contracting Officer determines discussions are necessary. Quotations received in response to this synopsis/solicitation shall be evaluated on a best value basis utilizing the following technical, price and price-related factors: (a) Past Performance (b)� Price, including shipping charges (c) Cost of Quality Assurance Inspection(s)-travel related expenses for the Government to provide a Quality Assurance Representative for final test and inspection.� Final test and inspection shall be conducted at the contractor�s facility, as designated below, that the services will be performed.� This price shall be included in the evaluation of quotations.� For evaluation purposes only, expenses will be based on one trip lasting one (1) day in duration.� Airfare will be based on travel during normal working hours. Destination for Quality Assurance Representative Inspection Visits: Name of Company:� ______________________ Address:������������������� ______________________ City, State, Zip Code:______________________ Point of Contact:������ ______________________ Telephone Number�� _______________________ The Offeror shall supply at least three (3) contracts completed during the past three years or currently in process for the same services as are being solicited under this solicitation.� Contracts listed may include those entered into by the Federal Government, agencies of the state and local governments, and commercial customers.� References other than those provided by the Offeror may be contacted by the Government, including Government databases, 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. Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, Baltimore MD. �� This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2022-06 (MAY 2022) 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 _336611 � and the Small Business Size Standard is _1250.�� 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 7/29/2022_, at _11_ a.m. Eastern Standard Time. , The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (Sep 2021); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2021) 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.acquisition.gov ; FAR 52.204-7, Systems for Award Management (Oct 2018); 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 (May 2022). The following clauses listed within FAR 52.212-5 are applicable FAR 52.219-6 Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644); FAR 52.219-28, Post Award Small Business Program representation (Sep 2021)(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 (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 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Jun 2020); �FAR 52.225-3, Buy American Act-Free Trade Agreement (Jan 2021)(41 U.S.C. 10a-10d);� 52.225-13, Restrictions on Certain Foreign Purchases (Oct 2018); 52.232-33, Payment by Electronic Funds Transfer�Central Contractor Registration (Jul 2013)(31 U.S.C.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/2a6a104376f0413fb8ab0f7f764a8194/view)
- Record
- SN06393999-F 20220721/220719230055 (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 |