SOLICITATION NOTICE
61 -- Russellstoll Shore-Tie Receptacles
- Notice Date
- 9/1/2023 7:40:55 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335311
— Power, Distribution, and Specialty Transformer Manufacturing
- Contracting Office
- CEU PROVIDENCE(000G1) WARWICK RI 02886 USA
- ZIP Code
- 02886
- Solicitation Number
- 70Z0G123QABCD0188
- Response Due
- 9/12/2023 11:00:00 AM
- Archive Date
- 09/27/2023
- Point of Contact
- Christopher L. Hunsberger, Melissa Ardis
- E-Mail Address
-
Christopher.L.Hunsberger2@uscg.mil, melissa.m.ardis@uscg.mil
(Christopher.L.Hunsberger2@uscg.mil, melissa.m.ardis@uscg.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined Synopsis/Solicitation for commercial products 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; quotations are being requested and a written solicitation will not be issued. Solicitation Number: 70Z0G123QABCD0188 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect thru Federal Acquisition Circular (FAC) 2023-04, effective�June 2, 2023. The North American Industry Classification System (NAICS) code is 335311, Power, Distribution and Specialty Transformer Manufacturing, and the small business size standard is 800 employees.� This is a 100% small business set-aside. Any amendment(s) issued to this Request for Quote (RFQ) will be published on this website.� Therefore, it is the Offerors responsibility to visit this website frequently for updates on this procurement.� No telephone requests.� All inquiries shall be submitted in writing.� Offeror�s quote may be deemed non-responsive if all required information is not provided in accordance with the solicitation/amendment(s) or the Offeror�s quote does not meet the brand name description.� In addition to the requirements identified in FAR 52.212-1, the quote shall contain the following information: CAGE CODE and Unique Entity ID (UEI) Statement that quote is valid for a minimum of 60 days from the closed date and time of the solicitation period.� �� The U.S. Coast Guard has a requirement to procure the following items:� CLIN 0001 - LINE ITEM 0001: Russellstoll, Part Number: DBRS240420000; Model: MaxGuard Interlocked Receptacle with Enclosure Amperage: 200 amp Voltage: 480V Material: Cast Aluminum; Quantity: 20EA CLIN 0002 - LINE ITEM 0003: Russellstoll, Part Number DBRS111610000; Model: MaxGuard Interlocked Receptacle with Enclosure Amperage: 100 amp Voltage: 120V Material: Cast Aluminum; Quantity: 10EA CLIN 0003 � LINE ITEM 0004: Russellstoll, Part Number DBRS640406000; Model: MaxGuard Interlocked Receptacle with Enclosure Amperage: 60 amp; Voltage: 480V Material: Cast Aluminum; Quantity: 5EA CLIN 0004 � LINE ITEM 0005: Russellstoll, Part Number: DS6404FR000 Model: MaxGuard Receptacle Amperage: 60 amp Voltage: 480V; Quantity: 2EA CLIN 0005 � LINE ITEM 0006: Russellstoll, Part Number: DS1116FR000 Model: MaxGuard Receptacle Amperage: 100 amp Voltage: 120V; Quantity: 2EA CLIN 0006 � LINE ITEM 0007: Russellstoll, Part Number: SKWR12XG, Model: Pin & Sleeve Receptacle; Quantity: 2EA The U.S. Coast Guard intends to award a Firm-Fixed Price (FFP) purchase order utilizing Simplified Acquisition Procedures (SAP). All responsible sources may submit a quote which will be considered by the agency.� All items shall be delivered to the following address: USCG SURFACE FORCE LOGISTICS, ATTN: MR. SCOTT E. SANDS, 2401 Hawkins Point Road, Baltimore, MD 21226-1792.� Delivery date required is NOT LATER THAN 15 Months ARO.� The government will award an order to the responsible Offeror whose offer conforms to this solicitation and will be most advantageous to the government in terms of price.� The following provisions and clauses apply to this solicitation: �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 this/these address:� https://www.acquisition.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Products and Services (MAR 2023) FAR 52.212-3 Offeror Representations and Certifications-Commercial Products and Commercial Services (DEC 2022) (ALT I) - The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through https://www.sam.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (v) of this provision. FAR 52.212-4 Contract Terms and Conditions-Commercial Products and Commercial Services (DEC 2022) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (JUN 2023) The following clauses from paragraphs (b) apply: FAR 52.203-6, Restrictions on Subcontractor Sales to the Government (Jun 2020), with Alternate I; FAR 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; FAR 52.204-27, Prohibition on a ByteDance Covered Application; FAR 52.209-6, Protecting the Government�s Interests when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.219-8, Utilization of Small Business Concerns; FAR 52.219-33, Nonmanufacturer Rule; FAR 52.222-3 Convict Labor;� FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies;� FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Veterans; FAR 52.222-36 Equal Opportunity for Workers with Disabilities; FAR 52.222-37 Employment Reports on Veterans; FAR 52.222-40, Notification of Employee Rights under the National Labor Relations Act; FAR 52.222-50, Combating Trafficking in Persons; FAR 52.222-54, Employment Eligibility Verification; FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving; FAR 52.225-1 Buy American Supplies; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer-System for Award Management 2. FAR 52.219-14 Limitations on Subcontracting (OCT 2021) (DEVIATION OCT 2021) (a) This clause does not apply to the unrestricted portion of a partial set-aside. (b) Definition. Similarly situated entity, as used in this clause, means a first-tier subcontractor, including an independent contractor, that� �(1) Has the same small business program status as that which qualified the prime contractor for the award (e.g., for a small business set-aside contract, any small business concern, without regard to its socioeconomic status); and (2) Is considered small for the size standard under the North American Industry Classification System (NAICS) code the prime contractor assigned to the subcontract. (c) Applicability. This clause applies only to� (1) Contracts that have been set aside for any of the small business concerns identified in 19.000(a)(3); (2) Part or parts of a multiple-award contract that have been set aside for any of the small business concerns identified in 19.000(a) (3) Contracts that have been awarded on a sole-source basis in accordance with subparts 19.8, 19.13, 19.14, and 19.15; (4) Orders expected to exceed the simplified acquisition threshold and that are� (i) Set aside for small business concerns under multiple-award contracts, as described in 8.405-5 and 16.505(b)(2)(i)(F); or (ii) Issued directly to small business concerns under multiple-award contracts as described in 19.504(c)(1)(ii); (5) Orders, regardless of dollar value, that are� (i) Set aside in accordance with subparts 19.8, 19.13, 19.14, or 19.15 under multiple award contracts, as described in 8.405-5 and 16.505(b)(2)(i)(F); or (ii) Issued directly to concerns that qualify for the programs described in subparts 19.8, 19.13, 19.14, or 19.15 under multiple-award contracts, as described in 19.504(c)(1)(ii); and (6) Contracts using the HUBZone price evaluation preference to award to a HUBZone small business concern unless the concern waived the evaluation preference. (d) Independent contractors. An independent contractor shall be considered a subcontractor. (e) Limitations on subcontracting. By submission of an offer and execution of a contract, the Contractor agrees to the following requirements in the performance of a contract assigned a North American Industry Classification System (NAICS) code applicable to this contract: (1) Services (except construction). It will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding certain other direct costs and certain work performed outside the United States (see paragraph (e)(1)(i)), to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor�s 50 percent subcontract amount that cannot be exceeded. When a contract includes both services and supplies, the 50 percent limitation shall apply only to the service portion of the contract. (i) The following services may be excluded from the 50 percent limitation: (A) Other direct costs, to the extent they are not the principal purpose of the acquisition and small business concerns do not provide the service. Examples include airline travel, work performed by a transportation or disposal entity under a contract assigned the environmental remediation NAICS code (562910), cloud computing services, or mass media purchases. (B) Work performed outside the United States on awards made pursuant to the Foreign Assistance Act of 1961, or work performed outside the United States required to be performed by a local contractor. �(2) Supplies (other than procurement from a nonmanufacturer of such supplies). It will not pay more than 50 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor�s 50 percent subcontract amount that cannot be exceeded. When a contract includes both supplies and services, the 50 percent limitation shall apply only to the supply portion of the contract. (3) General construction. It will not pay more than 85 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor�s 85 percent subcontract amount that cannot be exceeded. (4) Construction by special trade contractors. It will not pay more than 75 percent of the amount paid by the Government for contract performance, excluding the cost of materials, to subcontractors that are not similarly situated entities. Any work that a similarly situated entity further subcontracts will count towards the prime contractor�s 75 percent subcontract amount that cannot be exceeded. (f) The Contractor shall comply with the limitations on subcontracting as follows: (1) For contracts, in accordance with paragraphs (c)(1), (2), (3) and (6) of this clause � �[Contracting Officer check as appropriate.] __ By the end of the base term of the contract and then by the end of each subsequent option period; or __ By the end of the performance period for each order issued under the contract. (2) For orders, in accordance with paragraphs (c)(4) and (5) of this clause, by the end of the performance period for the order. (g) A joint venture agrees that, in the performance of the contract, the applicable percentage specified in paragraph (e) of this clause will be performed by the aggregate of the joint venture participants. (End of clause) 3.� HSAR 3052.212-70 Contract Terms and Conditions Applicable to DHS Acquisition of Commercial Items. (JULY 2023) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The provision or clause in effect based on the applicable regulation cited on the date the solicitation is issued applies unless otherwise stated herein. The following provisions and clauses are incorporated by reference: (a) Provisions. - 3052.247-72 F.o.B. Destination Only. (b) Clauses. - 3052.205-70 Advertisement, Publicizing Awards, and Releases. - 3052.242-72 Contracting Officer�s Representative. (End of clause) 4. INVOICING REQUIREMENTS (FIRM FIXED-PRICE) - Electronic Submission of Payment Requests via Invoice Processing Platform (IPP) (a)� Definitions. As used in these instructions � � � � (1)�Payment request� means a bill, voucher, invoice, or request for contract financing payment with associated supporting documentation. The payment request must: comply with the requirements identified in FAR 32.905(b), �Content of Invoices� and the applicable Payment clause included in this contract. In addition, discount offerings and small business status if available shall be stated. If travel was allowable and approved, components in accordance with FAR 31.205-46 shall be provided. (b)� Except as provided in paragraph (c) of this clause, the Contractor must submit payment requests electronically using the Invoice Processing Platform (IPP). Information regarding IPP, including IPP Customer Support contact information, is available at www.ipp.gov or any successor site. (c)� The Contractor may submit payment requests using a method other than IPP only when the Contracting Officer authorizes alternate procedures in writing in accordance with Coast Guard procedures. (d)� If alternate payment procedures are authorized, the Contractor shall include a copy of the ������������� Contracting Officer's written authorization with each payment request. (e) IPP enrollment information is at https://www.uscg.mil/fincen/IPP/. Note: ""Scanned invoices for Final Payment shall be accompanied by a fully executed Contractor�s Release, DHS Form 700-3. (End of Clause) All written quotations must be received on or before 12 September 2023, at 2:00 PM EDT. Offerors shall include a confirmation of receipt of any amendments to this solicitation. Failure to submit a confirmation could result in the offer being determined non-responsive. Proposals shall be emailed to Christopher Hunsberger, Contract Specialist, at Christopher.L.Hunsberger2@uscg.mil and cc Melissa Ardis, Contracting Officer, at Melissa.M.Ardis@uscg.mil. Please identify the solicitation number in the subject line of your email.� Please direct all questions regarding this solicitation to Christopher Hunsberger, at Christopher.L.Hunsberger2@uscg.mil.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1a765e7e6a6644c8b67ad155016ea88b/view)
- Place of Performance
- Address: MD 21226, USA
- Zip Code: 21226
- Country: USA
- Zip Code: 21226
- Record
- SN06817024-F 20230903/230901230102 (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 |