MAIN DIESEL ENGINE WATER PUMP REPAIR KIT

expired opportunity(Expired)
From: Federal Government(Federal)
70Z08021QDM049

Basic Details

started - 16 Jun, 2021 (about 2 years ago)

Start Date

16 Jun, 2021 (about 2 years ago)
due - 21 Jun, 2021 (about 2 years ago)

Due Date

21 Jun, 2021 (about 2 years ago)
Bid Notification

Type

Bid Notification
70Z08021QDM049

Identifier

70Z08021QDM049
HOMELAND SECURITY, DEPARTMENT OF

Customer / Agency

HOMELAND SECURITY, DEPARTMENT OF (34469)US COAST GUARD (24544)SFLC PROCUREMENT BRANCH 1(00080) (3385)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
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  emergent  requirement and requesting quotations for the following part:Item 1)NSN: 2930-01-585-9285PARTS KIT, ENGINE WATER, GENERATOR DIESEL ENGINE RAW WATER PUMP REPAIR KITMFG: CUMMINS INCEnd Use:  WPB CLASS CUTTERPart number: 5260394Quantity:  75 KIT“BRAND NAME MANDATORY”IF OFFERING AND OR EQUAL THE COMPANY MUST PROVIDE THE SALIENT CHARACTERISTICS FOR THE ITEM AND THE GOVERNMENT MAY MAKE A DETERMINATION THAT THE ITEM WILL MEET THE GOVERNMENT’S REQUIREMENTS.**INDIVIDUALLY PACKAGED AND MARK IN A SINGLE WALL FIBERBOARD  SHIPPING BOX SUITABLE FOR MULTIPLE SHIPMENT** All items are used on various US Coast Guard vessels. All items will be individually packaged and bar-code in accordance with Coast Guard specification IAW SP-PP&M-001. Inspection and acceptance shall take place at Destination after verification of preservation, packaging and marking,  Individual packaging and marking 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 21226Required delivery date no later than: JULY 12, 2021This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2021-05  (MARCH 2021) 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 333914 and the business size standard is 750. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13All responsible sources may submit a quotation via email to Yvette.R.Johnson@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 JUN 21, 2021,  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.(End of provision)The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (March 2016); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (FEB 2021) 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 (May 2015); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2021). The following clauses listed within FAR 52.212-5 are applicable: FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011)(15 U.S.C. 644), FAR 52.219-28, Post Award Small Business Program representation (Jul 2013)(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 (Feb  2016) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (April 2015); FAR 52.222-26, Equal Opportunity (April 2015)(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 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

Complete Pump Assemblies and Spares For HP Seal Water Pump and LP Seal Water Pump

Due: 06 May, 2024 (in 3 days)Agency: Aravali Power Company Pvt. Ltd - IGSTPP

19RP028C - WATER WELLS AND PUMP MAINTENANCE AND REPAIR SERVICES

Due: 22 Sep, 2024 (in 4 months)Agency: City of Scottsdale

19RP028B - WATER WELLS AND PUMP MAINTENANCE AND REPAIR SERVICES

Due: 22 Sep, 2024 (in 4 months)Agency: City of Scottsdale

Please Sign In to see more like these.

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

Classification

naicsCode 333914Measuring, Dispensing, and Other Pumping Equipment Manufacturing
pscCode 2930Engine Cooling System Components, Nonaircraft