AIR FILTER

expired opportunity(Expired)
From: Federal Government(Federal)
70Z08023QZC013

Basic Details

started - 24 Jan, 2023 (14 months ago)

Start Date

24 Jan, 2023 (14 months ago)
due - 30 Jan, 2023 (14 months ago)

Due Date

30 Jan, 2023 (14 months ago)
Bid Notification

Type

Bid Notification
70Z08023QZC013

Identifier

70Z08023QZC013
HOMELAND SECURITY, DEPARTMENT OF

Customer / Agency

HOMELAND SECURITY, DEPARTMENT OF (34200)US COAST GUARD (24333)SFLC PROCUREMENT BRANCH 1(00080) (3347)

Attachments (1)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The United States Coast Guard Surface Forces Logistics Center has a requirement and requesting quotations for the following part:Item 1)NSN: 5915-22-269-3991FILTER, AIRAIR FILTER, USED IN THE AIR HANDLING UNIT.ITEM IS A 5 POCKET AIR FILTER USED FOR THE COLLECTION OF FINE DUST PARTICLES IN THE HVAC VENTILATION SYSTEM.EACH ITEM SHALL BE INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MIL-STD-2073-1E METHOD 10, CUSHIONED AS APPROPRIATE TO PREVENT MOVEMENT AND DAMAGE FROM EXTERNAL IMPACT.EACH ITEM SHALL THEN BE PACKED IN AN APPROPRIATELY SIZED ASTM-D5118 DOUBLE-WALL FIBERBOARD BOX.EACH PACKAGE SHALL BE MARKED IAW MIL-STD-129R EXCEPT BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY.FAILURE TO MEET REQUIREMENTS FOR PACKAGING, PACKING, MARKING AND BAR-CODING WILL RESULT IN THE ITEM(S) BEING REJECTED AT THE WAREHOUSE AND RETURNED TO THE VENDOR.OEM: RUSS EQUIPMENTPN: RUAAFALLQTY: 430 EADelivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore
MD 21226, Mark for: Receiving Room Bldg. 88This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2023-01 (Oct 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 333998 and the business size standard is 500. 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 Russ Equipment 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 Jan 30, 2023 at 10:00 am Eastern Standard TimeOFFERORS 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

300 EAST MAIN ST, STE 950, VESS DIV  NORFOLK , VA 23510  USALocation

Place Of Performance : 300 EAST MAIN ST, STE 950, VESS DIV NORFOLK , VA 23510 USA

Country : United StatesState : Virginia

Classification

naicsCode 333998All Other Miscellaneous General Purpose Machinery Manufacturing
pscCode 5915Filters and Networks