SOLICITATION NOTICE
80 -- SEALING COMPOUND; NSN 8030-01-322-7777
- Notice Date
- 2/10/2023 8:14:42 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325520
— Adhesive Manufacturing
- Contracting Office
- HQ CONTRACT OPERATIONS (CG-912)(000 WASHINGTON DC 20593 USA
- ZIP Code
- 20593
- Solicitation Number
- 70Z02323Q52600116
- Response Due
- 2/21/2023 6:00:00 AM
- Archive Date
- 03/08/2023
- Point of Contact
- Kurt Woodley
- E-Mail Address
-
kurt.a.woodley@uscg.mil
(kurt.a.woodley@uscg.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- The United Stats Coast Guard, Surface Acquisitions Logistics Center, has a requirement and is requesting quotations for the following item: ITEM 1) SEALING COMPOUND; CAPASTIC KIT MFR P/N: W3T106410 MFR: EVOQUA WATER TECHNOLOGIES CORP MFR CAGE: 89357 NSN: 8030-01-322-7777 QTY: 24 KITS REQUIRED DELIVERY DATE: 03/09/2023 Delivery shall be F.O.B. DESTINATION to USCG Surface Forces Logistics Center Attn: USCG SALC-CTD 2401 Hawkins Point Road Bldg 5A 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 325520 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. 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 with assurance of meeting the required delivery date being of equal importance. The Coast Guard intends to award on a Firm Fixed Price Purchase Order.� Purchase Order payment to be made via IPP.gov. All responsible sources may submit a quotation via email to Kurt.A.Woodley@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 February 21, 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: 52.204-19 Incorporation by Reference of Representations and Certifications. Dec 2014 52.216-24 Limitation of Government Liability.�������� Apr 1984 52.216-25 Contract Definitization.���� Oct 2010 52.216-25_Alternate I Apr 1984 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) 52.225-25 Prohibition on Contracting With Entities Engaging in Certain Activities or Transactions Relating to Iran�Representation and Certifications.������ Jun 2020 52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) 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 52.233-4 Applicable Law for Breach of Contract Claim.����� Oct 2004
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/49662a8239134df8bc38ff198202b2a0/view)
- Place of Performance
- Address: Curtis Bay, MD 21226, USA
- Zip Code: 21226
- Country: USA
- Zip Code: 21226
- Record
- SN06588878-F 20230212/230210230111 (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 |