Air Intake Box

expired opportunity(Expired)
From: Federal Government(Federal)
70Z08018QZC049

Basic Details

started - 16 Mar, 2018 (about 6 years ago)

Start Date

16 Mar, 2018 (about 6 years ago)
due - 22 Mar, 2018 (about 6 years ago)

Due Date

22 Mar, 2018 (about 6 years ago)
Bid Notification

Type

Bid Notification
70Z08018QZC049

Identifier

70Z08018QZC049
Department of Homeland Security

Customer / Agency

HOMELAND SECURITY, DEPARTMENT OF (34342)US COAST GUARD (24449)SFLC PROCUREMENT BRANCH 3(00040) (3555)

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 an urgent requirement and requesting quotations for the following part:Item 1)NSN: 4140-01-f13-3459AIR INTAKE BOXITEM IS THE AIR INTAKE BOX FOR THE JRV SECOND STAGE SEPERATOR ON THE HVAC SYSTEMS FOR THE 87' WPB.OEM: RUSS EQUIPMENT CO INCPART NUMBER: RUINLET-CPBQTY: 5 EA *****PACKAGING REQUIREMENTS*****INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MIL-STD-2073-1E METHOD 10, CUSHIONED IN A MANNER TO PREVENT DAMAGE FROM MOVEMENT AND EXTERNAL IMPACT. EACH ITEM SHALL THEN BE PACKED IN AN APPROPRIATELY SIZED ASTM-D5118 DOUBLE WALL FIBERBOARD BOX.MARKING IAW MIL-STD-129R EXCEPT BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY The above item is used on various US Coast Guard vessels. All items shall be individually packaged, marked and bar-coded in accordance with above. 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, Baltimore MD 21126, Mark for: Receiving Room Bldg 88.NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY.Substitute parts are not acceptable. It is anticipated that a non-competitive sole source purchase order shall be awarded as result of this synopsis/solicitation. It is the Government's belief that only Russ Equipment Co, Inc and/or their authorized distributors can manufacture the required OEM parts. Concerns having the expertise and required capabilities to provide these items are invited to submit complete information discussing the same within two (2) calendar days from the day this notice is 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, and verifying the OEM will supply genuine OEM parts.This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005 96 (Nov 2017) 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 332510 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. 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. 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 22, 2018 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 (Jan 2017); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2017) 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 (Jan 2017); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Nov 2017). The following clauses listed within FAR52.209-10, 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 44), FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2016) (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 (July 2014); FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); FAR 52.225.1 Buy American Act-Supplies (May 2014); FAR 52.225-3, Buy American Act-Free Trade Agreement (May 2014)(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-Central Contractor Registration (July 2013)(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 PartsPurchased 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 

2401 Hawkins Point Road Building 31, Mail Stop 26 Baltimore, Maryland 21226-5000 United StatesLocation

Place Of Performance : 2401 Hawkins Point Road Building 31, Mail Stop 26 Baltimore, Maryland 21226-5000 United States

Country : United States

Classification

332 -- Fabricated Metal Product Manufacturing/332510 -- Hardware Manufacturing
naicsCode 332510Hardware Manufacturing
pscCode 41REFRIG, AIR CONDIT/CIRCULAT EQPT