CHARGER BATTERY

expired opportunity(Expired)
From: Federal Government(Federal)
70Z08023QAG057

Basic Details

started - 09 Nov, 2022 (17 months ago)

Start Date

09 Nov, 2022 (17 months ago)
due - 17 Nov, 2023 (5 months ago)

Due Date

17 Nov, 2023 (5 months ago)
Bid Notification

Type

Bid Notification
70Z08023QAG057

Identifier

70Z08023QAG057
HOMELAND SECURITY, DEPARTMENT OF

Customer / Agency

HOMELAND SECURITY, DEPARTMENT OF (34412)US COAST GUARD (24504)SFLC PROCUREMENT BRANCH 1(00080) (3377)

Attachments (3)

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: 6130 01-580-6118Charger batteryMFG NAME: Lamarche ManufacturingPART_NBR: A40-75-24V-K1QUANTITY: 8LA MARCHE MFG P/N: A40-75-24V-K1 CONSTAVOLT MARINE CHARGER FOR LEAD ACID BATTERIES,COAST GUARD UNIQUE. 440VAC @ 11A INPUT AND 24 VDC @ 75A OUTPUT BATTERY CHARGER.MODEL: A40-75-24V-K1-12L.APPLICATION: INSTALLED ON THE 270' WMEC FOR THE EMERGENCY DIESEL GENERATOR BATTERYBANK.APL: 090340163F BATTERY CHARGER 440VAC INPUT.A40-75-24V-K1-12LFLOAT BATTERY CHARGER75 AMP DC OUTPUT24 VOLT DC OUTPUT60 HZ INPUT440 VAC INPUTSINGLE PHASE INPUTTO CHARGE 12 LEAD CELLS (WET CELL OR FLOODED)Package IAW ASTM-D-3951 MARK IAW SPEC SP-PP&M-001Delivery shall be F.O.B. DESTINATION to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore MD 21226This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined
in FAR Subpart 12.6, FAC 2022-05 10/25/22) 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 335911 and the business size standard is 500. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13The 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.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 Lamarche and/or their authorized distributors can provide this unit. 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, and verifying the OEM will supply genuine OEM parts.  All responsible sources may submit a quotation via email to Eric.I.Goldstein@uscg.mil, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with SYSTEMS FOR AWARD MANAGEMENT (SAM) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is November 17, 2022 at _9:00 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.(End of provision)The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (June 2020); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (November 2020) 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 (Oct 2018); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (November 2020). The following clauses listed within FAR 52.212-5 are applicable:52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (June 2020)52.219-6, Notice of Total Small Business Aside (Nov 2020)52.219-13, Notice of Set-Aside of Orders (Mar 2020)52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014)52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment52.219-28, Post Award Small Business Program Rerepresentation (May 2020) FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2020) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (April 2015); FAR 52.222-26, Equal Opportunity (April 2015)(E.O. 11246); 52.222-50, Combating Trafficking in Persons (October 2020) FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving (June 2020); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020)52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (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

You may also like

CHARGER BATTERY

Due: 22 Nov, 2024 (in 6 months)Agency: U.S. COAST GUARD

Battery Chargers for 40-Foot Plug-In Battery Electric Buses

Due: 02 May, 2024 (in 4 days)Agency: Orange County Transit Authority

IFB 2011 BUS BATTERY 4 YEAR CONTRACT

Due: 17 Apr, 2026 (in 23 months)Agency: Maryland Department of Transportation

Please Sign In to see more like these.

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

Classification

naicsCode 335910Battery Manufacturing
pscCode 6130Converters, Electrical, Nonrotating