Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 20, 2023 SAM #7783
SOLICITATION NOTICE

43 -- JETS 15 MD-D-ASSEMBLY

Notice Date
3/18/2023 2:36:52 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333914 — Measuring, Dispensing, and Other Pumping Equipment Manufacturing
 
Contracting Office
SFLC PROCUREMENT BRANCH 1(00080) NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
70Z08023QDL006
 
Response Due
3/27/2023 7:00:00 AM
 
Archive Date
04/11/2023
 
Point of Contact
YVETTE R. JOHNSON
 
E-Mail Address
YVETTE.R.JOHNSON@USCG.MIL
(YVETTE.R.JOHNSON@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: �4820-25-160-3293 FD VALVE UTILIZED PART OF THE BLACK & GREY WATER SYSTEMS 154 CLASS CUTTER MFG: JETS VACUUM PART NUMBER 05411011 QUANTITY: 25 EACH Item 2) NSN: 4320-25-160-7781 JETS 15 MD-D-ASSY JETS 15MD_D VACUUMARATOR PUMP AND MOTOR MFG: JETS VACUUM PART NUMBER: 200015003 QUANTITY: 20 EACH INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MIL-STD-2073-1E METHOD 10, CUSHIONED OR SECURED AS APPROPRIATE TO PREVENT DAMAGE FROM MOVEMENT OR EXTERNAL IMPACT. ITEMS SHALL THEN BE PACKED IN AN APPROPRIATELY SIZED ASTM-D6251 TYPE III, CLASS 1 WOODCLEATED PANELBOARD SHIPPING BOX OR ASTM-D6880 CLASS 2 HEAVY DUTY SCREWED WOODEN BOX. EACH PACKAGE SHALL BE MARKED IAW MIL-STD-129R EXCEPT BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY. ALL ITEMS ARE INSPECTED WHEN DELIVERED TO THE COAST GUARD WAREHOUSE. FAILURE TO MEET THE REQUIREMENTS FOR PACKAGING, PACKING, MARKING (PP&M) AND BAR-CODING WILL RESULT IN THE ITEM(S) BEING REJECTED AND POSSIBLY RETURNED TO THE VENDOR. THIS WILL DELAY PAYMENT. ANY QUESTIONS CONCERNING THE PP&M REQUIREMENTS OR BAR-CODING SHOULD BE ADDRESSED WITH THE CONTRACTING OFFICER PRIOR TO CONTRACT AWARD. Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore MD 21226, Mark for: Receiving Room Bldg. 88A/WAREHOUSE 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 (DEC 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 3339914 and the business size standard is 750. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.106 apply.� � 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 JETS VACUUM A/S and/or their authorized distributor can offer these units. 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 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, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with SYSTEMS FOR AWARD MANAGEMENT (www.sam.gov) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is Mar 27, 2023 at 10:00 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 __HSAR 3052.209-70 Prohibition on contracts with corporate expatriates (June 2006) (End of provision) The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (Nov 2021); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Dec 2022) 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 (Dec 2022); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dec 2022). The following clauses listed within FAR �52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015), 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553), 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note) 52.212-5 are applicable: FAR 52.219-28, Post Award Small Business Program representation (Oct 2022)(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 2022) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (April 2015); FAR 52.222-26, Equal Opportunity (Sep 2016)(E.O. 11246); FAR 52.222-36, Equal Opportunity for workers with disabilities (Jun 2020);FAR 52.222-50, Combat Trafficking in Persons (October 2020)(22 U.S.C. chapter 78 and E.O. 13627); FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Jun 2020) (E.O. 13513); FAR 52.225.1 Buy American Act-Supplies (Oct 2022); FAR 52.225-3, Buy American Act-Free Trade Agreement (Oct 2022)(41 U.S.C. 10a-10d); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021); 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (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/ad567a3e233d4e08a9540b5a06ee8010/view)
 
Record
SN06622962-F 20230320/230318230058 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.