Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 26, 2023 SAM #7850
SOLICITATION NOTICE

30 -- CYLINDER ASSEMBLY, ACTUATING

Notice Date
5/24/2023 11:39:23 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334519 — Other Measuring and Controlling Device Manufacturing
 
Contracting Office
SFLC PROCUREMENT BRANCH 1(00080) NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
70Z08023QCV273
 
Response Due
6/7/2023 7:00:00 AM
 
Archive Date
06/22/2023
 
Point of Contact
JESUS C. YUTIG, Phone: 4107626249
 
E-Mail Address
JESUS.C.YUTIG.CIV@USCG.MIL
(JESUS.C.YUTIG.CIV@USCG.MIL)
 
Description
The United States Coast Guard Surface Forces Logistics Center has an emergent requirement and requesting quotations for the following part: Item 1) CYLINDER ASSEMBLY, ACTUATING NSN: �� 3040 20-007-6571 PN: ���� D-231018 or JQ-091003-11 MFG: � JASTRAM ENGINEERING LTD. QTY: �� 9 EA CYLINDER ASSEMBLY, ACTUATING, LINEAR FOR STEERING SYSTEM. ******PER OEM***** D-651448 IS THE DRAWING NUMBER. DETAILS PART NUMBER JQ-091003-11, S-400 SPEC CYLINDER ASSEMBLY. I CONFIRM JQ-091003-11, S-400 SPEC CYLINDER ASSEMBLY IS THE CORRECT PIECE OF EQUIPMENT. CHANGE RECORD SUBMITTED. INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MILSTD-2073-1E METHOD 10, CUSHIONED IN A DOUBLE LAYER OF 3/4 IN BUBBLE WRAP AND PACKED IN AN APPROPRIATELY SIZED ASTM-D6251 TYPE III, CLASS 1 WOOD-CLEATED PANELBOARD SHIPPING BOX OR ASTM-D6880 CLASS 2 HEAVY DUTY SCREWED WOODEN BOX. FAILURE TO MEET THE PACKING, PACKAGING, MARKING AND BAR-CODING REQUIREMENTS WILL RESULT IN WAREHOUSE REJECTION AND ITEMS WILL BE SHIPPED BACK TO VENDOR. The items are used on various US Coast Guard vessels. All items shall be individually packaged and marked IAW the above packaging requirements.� Inspection and acceptance shall take place at Destination after verification of preservation, individual packaging and marking/bar coding requirements and confirmation of no damage during transit. Failure to comply with packaging requirements will result in rejection and nonpayment. Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, BLDG 88A MARKED FOR: RECEIVING ROOM, Baltimore MD 21226 All Deliveries are to be made Monday through Friday between the hours of 7:00AM to 1:00PM. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. Brand Name part is mandatory to be considered for award, offers of �equal� products must meet the salient physical, functional, or performance characteristic specified in this solicitation and USCG will determine if alternate part is acceptable. 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 (Mar 2023) 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 resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.106 apply.� The NAICS code for this solicitation is 334519 and the business size standard is 500. The U.S. Coast Guard intends to award on 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 System 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 June 07, 2023, at 10:00 AM EST. Please send all correspondences to Jesus Yutig at Jesus.C.Yutig.CIV@USCG.mil. Invoicing In IPP It is now a requirement that all invoicing for Purchase Orders will now be entered and processed through https://www.ipp.gov. 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 Products and Commercial Services (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.aquisition.gov; FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Dec 2022); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (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 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020)(15 U.S.C.644), FAR 52.219-28, Post Award Small Business Program representation (Oct 2022)(15 U.S.C. 637(m); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Oct 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, Combating Trafficking in Persons (Oct 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 (Dec 2022)(41 U.S.C. 10a-10d); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 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. Justification for Other than Full and Open Competition Simplified Acquisition Threshold 1. Vessel: 154�- FRC 2. PR#_____________________________ 3. Description of Supplies or Services: a. Purchase of nine (09) Cylinder Assembly actuating, P/N: JQ-091003-11, S-400 SPEC CYLINDER ASSEMBLY NSN: 3040-20-007-6571, component of the Steering System on the 154� FRC Coastal Patrol Boat. 4. Estimated Value of Procurement: 5. Source Available: Name: Jastram Engineering LDT (OEM) Address: 135 Riverside Dr North Vancouver BC, Can V17 1T6 Phone: (604)-988-1111 POC: Fred Wong U.S. Distributor: Name: RG-Group Address: 15 Flour Mill RD West York, PA 17406 Phone: (717)-650-8405 POC: Randy McKee U.S. Distributor: Name: Sterling Marine Systems Address: 4081 SW 47th Ave, Suite 10 Davie, Fl. 33314 Phone: (954) 584-9898 6. Pursuant to FAR Subpart 13.106-1 (b), the Contracting Officer may solicit from one source if they determine that the circumstances of contract action deem only one source reasonably available: �Check the appropriate reason below: _X_ Brand Name Mandatory 7. Impact Statement: The item listed above must conform to design, materials, and operational requirements. The listed item is the standard configuration currently installed and in use on the Steering System installed on the 154� FRC Coastal Patrol Boats. Any attempt to manufacture the listed item without the proper specifications, drawings, and technical data could cause equipment failure, loss of Steering and subsequent damage to the Patrol Boat and personnel. The Actuating Cylinder is used on the Steering System. This cylinder is hydraulically operated which allows for the smooth operation of the rudders. Without properly functioning cylinders the possibility exists for one or both rudders to become inoperative. This can place the cutter and crew in harm�s way during critical boat operations. Without the cylinders, the crew can be placed into a dangerous situation which can cause serious damage to the cutter and possible injury to the crew. Any failure of substituted parts would jeopardize the safety of the vessel and crew. 8. Explain why an adequate purchase description or other information suitable to solicit by Full and Open Competition has not been developed or are not suitable. Jastram Engineering LDT is the Original Equipment Manufacturer (OEM) of the listed item used on the 154 FRC Coast Guard vessels. The reproduction manufacturing drawings, specifications and other technical data have not been purchased and is proprietary. The material, manufacturing processes and technical data of the listed items are proprietary to the OEM and not for sale as was requested by the Coast Guard. RG-Group & Sterling Marine Systems are both authorized U.S. distributers of the Actuating Cylinder and can guarantee interchangeability, compatibility, function and size requirements of the listed item. Vendors other than OEM shall provide documentation certifying the listed items meet OEM specifications and standards and they pertain to the 154 FRC Coastal Patrol Vessels. 9. Provide a Statement of Actions, if any, the government may take to remove or overcome any barriers to competition before future acquisitions are required. COR will continue to conduct market research to locate other possible vendors who can supply the item listed above.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bc788b4705e1409e8b6a36a0dc2b25c0/view)
 
Record
SN06693263-F 20230526/230524230116 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.