PARTS TO THE 45 RBM JET DRIVE PROPULSION SYSTEM

expired opportunity(Expired)
From: Federal Government(Federal)
70Z04018Q50795B00

Basic Details

started - 01 Jun, 2018 (about 5 years ago)

Start Date

01 Jun, 2018 (about 5 years ago)
due - 08 Jun, 2018 (about 5 years ago)

Due Date

08 Jun, 2018 (about 5 years ago)
Bid Notification

Type

Bid Notification
70Z04018Q50795B00

Identifier

70Z04018Q50795B00
Department of Homeland Security

Customer / Agency

Department of Homeland Security
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.

(i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued.(ii) Solicitation number 70Z04018Q50795B00 applies and is issued as a Request for Quotation.(iii) This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-97 (24 JAN 18).(iv) This procurement is un-restricted. The North American Industry Classification System (NAICS) code is 332999. The U.S. Coast Guard Surface Forces Logistics Center intends to negotiate and award a Firm Fixed Price Purchase Order on a sole-source basis to Rolls Royce Marine North America and/or their authorized distributors. It is the Government's belief that Rolls Royce Marine North America and their authorized distributors are
only qualified vendor/s to provide the parts to the 45RBM jet drive propulsion system. However, other potential sources with the expertise and required capabilities to provide these parts can submit such data discussing the same in duplicate within 2 days from the date of this announcement. This data must include sufficient information to allow the Coast Guard to evaluate the proposal relative to the below requirements. Concerns that respond to this notice must fully demonstrate the capability to accomplish the below and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirement.(v) Item 0001- NSN: 5340 01-659-6219 PLATE, ACTUATOR, MOUNTINGMFG NAME: ROLLS-ROYCE MARINE INC.PART_NBR: 10119131, QTY: 40 EA.DESIRED DELIVERY DATE: 07/05/2018- OR INDICATE YOUR BEST LEADTIME/DELIVERY DATE:_______________Item 0002- NSN: 5310 01-659-6243 WASHER, FLATMFG NAME: ROLLS-ROYCE MARINE INC.PART_NBR: 912508, QTY: 100 EADESIRED DELIVERY DATE: 07/05/2018- OR INDICATE YOUR BEST LEADTIME/DELIVERY DATE:_______________Item 0003- NSN: 5310 01-666-0366. WASHER, LOCKMFG NAME: ROLLS-ROYCE MARINE INC.PART_NBR: 10106412, QTY: 100 EADESIRED DELIVERY DATE: 07/05/2018- OR INDICATE YOUR BEST LEADTIME/DELIVERY DATE:_______________ Item 0004: NSN: 3040 01-666-0688, CONNECTING LINK, RIGIDMFG NAME: ROLLS-ROYCE MARINE INC.PART_NBR: 10115511, QTY: 10 EADESIRED DELIVERY DATE: 07/05/2018- OR INDICATE YOUR BEST LEADTIME/DELIVERY DATE:_______________Item 0005: NSN: 5365 01-623-3182, SHAFT SLEEVEMFG NAME: ROLLS-ROYCE MARINE INC.PART_NBR: 450 021 13, QTY: 30 EADESIRED DELIVERY DATE: 07/05/2018- OR INDICATE YOUR BEST LEADTIME/DELIVERY DATE:_______________*ALL MATERIAL NEEDS TO BE INDIVIDUALLY PACKAGED ANDLABELED IAW WITH MIL-STD-2073-1E, MIL-STD-129R, ISO/IEC-16388-2007***Price includes shipping costs, FOB DESINATION**(vi) Place of delivery: Surface Forces Logistics Center, Receiving Room- BLDG. 88, 2401 Hawkins Point Road, Baltimore, MD 21226.(vii) The following FAR clauses apply to this solicitation. Offerors may obtain full textversions of these clauses electronically at http://www.acquisition.gov/far.FAR 52.212-1 Instructions to Offerors-Commercial Items (JAN 2017). Partiesresponding to this solicitation may submit their offer in accordance with their standardcommercial practices (e.g. on company letterhead formal quote form, etc.) but mustinclude the following information:1) company's complete mailing and remittance addresses2) discounts for prompt payment if applicable3) cage code4) Dun & Bradstreet number5) Taxpayer ID number6) Price and delivery information7) Provide one (3) relevant past performance reference including name of contractor,point of contact and telephone number.8) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer.(viii) FAR 52.212-2 Evaluation-Commercial Items (Oct 2014). - The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. Award will be lowest technically acceptable. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the lowest technically acceptable. The evaluation and award procedures in FAR 13.106 apply. The U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract.The evaluation and award procedures in FAR 13.106 apply. The U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract.(ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2017) shall be submitted with their offers. The use of the System for Award Management (SAM) website located at https://www.sam.gov/portal is mandatory. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision FAR 52.212-3 which can be obtained electronically at https://www.acquisition.gov.(x) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jan 2017) applies to this acquisition. The following addendum applies: Address for submission of invoices is U.S. Coast Guard Finance Center, 1430A Kristina Way, Chesapeake, VA 23326-3635.(xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Jan 2018). The following clauses are incorporated:a. 52.204-10, Reporting Executive compensation and First Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note).b. 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note).c. 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632 (a) (2)).d. 52.222-3 Convict labor (June 2003) (E.O. 11755)e. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (EO 11755)f. 52.222-21, Prohibition of Segregated Facilities (Apr 2015)g. 52.222-26 Equal Opportunity (Sept 2016)(E.O. 11246)h. 52.222-36 Affirmative Action for Workers with Disabilities (Jul 2014)(29 U.S.C. 793)i. 52.222-50, Combating Trafficking in Persons (Mar 2015)j. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (EO. 13513)k. 52.225-3, Buy American- Free Trade Agreements- Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42 and 112-43).l. 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O's, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).m. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Jul 2013)(21 U.S.C. 3332).n. 52.233-3 Protest after award (Aug 1996)o. 52.233-4 Applicable Law for Breach of Contract Chain (Oct. 2004). The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. HSAR 3052.242-71 Dissemination of Contract Information (Dec 2003); Copies of HSAR clauses may be obtained electronically at: Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov(xii) See required documents for scanned copies of each item requested.(xiii) Defense Priorities and Allocations System (DPAS): N/A(xiv) QUESTIONS ARE DUE BY TUES. 06/5/2018 AT 4PM EST.QUOTES ARE DUE BY FRI. 06/8/18 AT 4PM EST. Proposals may be emailedto Carolyn.ward@uscg.mil.(xv) Point of Contact: Carolyn Ward, Purchasing Agent, Tele. No. 410-762-6601, emailaddress: Carolyn.ward@uscg.mil.Contact Information: Carolyn Ward, Phone 4107626601, Email carolyn.ward@uscg.mil Office Address :2401 Hawkins Point RoadBuilding 31, Mail Stop 26 Baltimore MD 21226-5000 Location: USCG Surface Forces Logistics Center (SFLC) Set Aside: N/A

USCG Surface Forces Logistics Center (SFLC)Location

Address: USCG Surface Forces Logistics Center (SFLC)

Country : United StatesState : Maryland

You may also like

PARTS KIT, SHOE BRAK

Due: 02 May, 2024 (in 8 days)Agency: Department of Defense

01-659-2615 SBJ-112 BOW JET OVERHAUL KIT OVERHAUL KIT 2 KT

Due: 05 Jun, 2024 (in 1 month)Agency: U.S. COAST GUARD

25--PARTS KIT,STEERING

Due: 03 May, 2024 (in 9 days)Agency: DEPT OF DEFENSE

Please Sign In to see more like these.

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

Classification

NAISC: 332999 GSA CLASS CODE: 53