AIRCRAFT COMPONENTS AND ACCESSORIES

expired opportunity(Expired)
From: Federal Government(Federal)
70Z03820QL0000129

Basic Details

started - 28 Apr, 2020 (about 4 years ago)

Start Date

28 Apr, 2020 (about 4 years ago)
due - 08 May, 2020 (about 4 years ago)

Due Date

08 May, 2020 (about 4 years ago)
Bid Notification

Type

Bid Notification
70Z03820QL0000129

Identifier

70Z03820QL0000129
HOMELAND SECURITY, DEPARTMENT OF

Customer / Agency

HOMELAND SECURITY, DEPARTMENT OF (34321)US COAST GUARD (24430)AVIATION LOGISTICS CENTER (ALC)(00038) (6674)
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.

FAC 2020-05 EFFECTIVE 30 MARCH 2020Date: 04/27/2020Year: 2020          Contracting Office Zip Code: 27909-5001Classification Code: 16 - Aircraft Components & AccessoriesContracting Office Address: USCG, ALC, MRS, Elizabeth City, NC  27909-5001                   Subject: Aircraft Parts and Accessories Proposed Solicitation Number: 70Z03820QL0000129Closing Response Date: 05/08/2020Primary Point of Contact: Denise ColeyContract Award and Solicitation Number: To be assigned at time of award 70Z03820QL0000129Contract Line Item Number(s): 1Description: Aircraft Parts and AccessoriesSet-aside Status: UNRESTRICTED   This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.  This Request for Quote (RFQ)
70Z03820QL0000129 incorporates provisions and clauses in effect through Federal Acquisition Circular MAR 2020. The applicable North American Industry Classification Standard (NAICS) Code is 336413.  The small business size standard is 1,250 employees. This requirement consists of the following spare parts utilized on the HC144 USCG aircraft. All or none.NSN: 1680-01-HS2-0305, OBSERVER SEAT, P/N 3A205-0007-02-1, QTY 2 EACH: MFGCD: K9075IPECO HOLDINGS INC.  VENDORS MUST HAVE THE FOLLOWING INFORMATION!EXACT PART NUMBER ONLY!!! NO ALTERNATES!!! NO VARIATION ON QUANTITY! MUST STATE FOB ORIGIN OR DESTINATION!!!MUST STATE FACTORY NEW AND TRACEABLE TO THE OEM.   Offerors should include the following:                                                                                                1. NSN                                                                                                                                                                           2. Part number                                                                                                                                                                   3. Nomenclature                                                                                                                                                                4. Unit Price                                                                                                                                                                            5. Extended Price                                                                                                                                                      6. Discounts (prices shall include quantity discounts, if applicable)                                                                                                          7. Delivery Time                                                                                                                                                                         8. Warranty (if applicable)                                                                                                                                                 9. FOB Point                                                                                                                                                                       10. Cage Code                                                                                                                                                                 11. Business Size                                                                                                                                                              12. Minority Classification (if applicable)The United States Coast Guard (USCG) anticipates award of a Firm-Fixed Price Purchase Order to the Original Equipment Manufacturer (OEM), or a distributor that can provide documented traceability for the components.  The United States Coast Guard (USCG) anticipates award of a Firm-Fixed Price Purchase Order to the Original Equipment Manufacturer (OEM), or a distributor that can provide documented traceability for the components.  Award will be made to the offeror quoting the lowest price technically acceptable to the USCG.  All responsible sources may submit a quote which shall be considered by the USCG.Only new items are acceptable. Reconditioned or used items are not acceptable. Offerors must be able to provide necessary certification including traceability to the OEM and provide a Certificate of Conformance (COC) to ensure parts are in airworthy condition, suitable for installation on USCG aircraft.  Prospective vendors who are not the OEM must provide traceability for the materials.  Traceability means a clear, complete, documented, auditable paper trail which traces each step from an OEM or distributor to its current location.       Required delivery schedule is 90 DAYS or less after receipt of order. The offerors shall propose a delivery schedule.  All requests for time extension shall be in writing and shall include substantiation of the need for such time extension in accordance with FAR 52.212-4 (f), Excusable delays.  If nonperformance is not covered by an excusable delay, the Contractor and the Contracting Officer shall negotiate consideration for the approval of the extended delivery date at which time a modification will be issued to reflect the consideration and extension.                                                                                                                                                           Drawings or specifications are not available and cannot be furnished by the Government.  F.O.B. Destination is requested as the FOB point for Deliverables. Quotes submitted offering F.O.B. Origin should include estimated shipping charges to the USCG.  Partial and early deliveries are acceptable if at no additional cost to the USCG.  The offeror shall furnish a Certificate of Conformance (COC) in accordance with FAR clause 52.246-15.  Certificate of Conformance must be submitted in the format specified in the clause.Packaging, Marking and Preservation                                                                                                                               The offeror shall comply with ASTM D3951-10 (August 01, 2011), Standard Practice for Commercial Packaging. Packaging, packing, and preservation shall be in accordance with best commercial practices to enable shipment to destination and transshipment to USCG units without repackaging or incurring damage during shipment and handling.  Items shall be individually packaged and labeled.  Packaging material shall not consist of the following: popcorn, shredded paper, Styrofoam of any type, or peanut packaging.  The internal packaging material shall be sufficient to prevent damage during shipment, handling, and storage.  Preservation protection must be sufficient to prevent corrosion, deterioration, or decay during warehouse storage. Also, The Forms should be "attached to or included with the part and a copy placed on the outside of the shipping container".Packing Slip                                                                                                                                                      At the time of delivery of supplies, the offeror shall furnish the Government a completed packing slip.  Labeling shall include the National Stock Number, Part Number, Serial Number, Nomenclature, Quantity, Contract Line Item Number, and Contract Number.  Labeling data shall be attached to the outside of the shipping container.   Bar coding is not required.  Certificate of Conformance (COC) shall be placed on the outside of individual containers.        Shipping Instructions                                                                                                                                                                    Items shall be shipped to the following address:                                                                                                             USCG Aviation Logistics CenterReceiving Section, Bldg. 63Elizabeth City, NC 27909-5001                                                                                                                              Mark For: Purchase Order No. ____________________________ (To be assigned at time of award)       The following Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) provisions and clauses are incorporated by reference:   52.212-1 Instructions to Offerors - Commercial Items (MAR 2020)Consistent with FAR Provision 52.212-1:(c) Period for acceptance of offers. Prices must remain effective for 90 days after closing of solicitation.(h) Multiple awards. The Government reserves the right to make more than one award (multiple awards) for different line items, if, after considering the additional administrative cost to the Government of awarding and administering separate contracts, it is determined that the multiple awards will result in the lowest overall cost to the Government.  For purposes of evaluating the cost of making multiple awards, it is assumed that the administrative cost of awarding and administering a contract is $500.52.212-2 Evaluation-Commercial Items (OCT 2014)                                                                                        Quotes will be evaluated and contract awarded to the lowest priced technically acceptable quote.  Technically Acceptable: Quotes must be for new manufactured commercial items from sources able to provide a Certificate of Conformance (COC) or traceability to the aircraft OEM. Only exact part numbers and no substitutes will be acceptable.           Only the lowest priced offer will be evaluated for Technical Acceptability.  Should the lowest priced offer not receive an acceptable technical or past performance rating, the process will continue in order of lowest priced offer until the lowest priced, technically acceptable offer with acceptable or neutral past performance is identified.            52.212-3 Offeror Representations and Certification – Commercial Items (MAR 2020)                                        An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov . If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website, the offeror shall complete only paragraphs (c) through (o) of this provision.52.212-4 Commercial Terms and Conditions – Commercial Items (OCT 2018) with the following included by Addendum:(a) Inspection/Acceptance. Inspection and acceptance of items under this contract shall be performed at destination by USCG, Aviation Logistics Center (ALC) Receiving section personnel and consist of count and condition only.  Certificate of Conformance (COC) shall be required for all items provided on this contract.                                         (g) Invoice. The original contractor invoice shall be submitted to the designated billing office address stated below or emailed to the email address below. Submitting invoices for payment electronically is the preferred method.     52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Items. CONTRACT TERMS AND CONDITIONS REQUIRED TO IMPLEMENT STATUTES OR EXECUTIVE ORDERS—COMMERCIAL ITEMS (MAR 2020).(a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorpo­rated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commer­cial items:(1) 52.203-19, Prohibition on Requiring Certain Inter­nal Confidentiality Agreements or Statements (JAN 2017) As prescribed in 12.301(b)(4), insert the following clause:(section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropria­tions acts (and as extended in continuing resolutions)).(2) 52.204-23, Prohibition on Contracting for Hard­ware, Software, and Services Developed or Provided by Kaspersky Lab and Other Covered Entities (JUL 2018) (Sec­tion 1634 of Pub. L. 115-91).(3) 52.204-25, Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. (Aug 2019) (Section 889(a)(1)(A) of Pub. L. 115-232).(4) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV(5) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553).(6) 52.233-4, Applicable Law for Breach of Contract Claim (OCT (Public Laws 108-77 and 108-78 (19 U.S.C. 3805 note)).2004)(b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisi­tions of commercial items:[Contracting Officer Check as appropriate.]   NOTE: If not checked, not applicable. (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) (41 U.S.C. 4704 and 10 U.S.C. 2402). (2) 52.203-13, Contractor Code of Business Ethics and Conduct (OCT 2015) (41 U.S.C. 3509)). (3) 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (JUNE 2010) (Section 1553 of Pub. L. 111-5). (Applies to contracts funded by the American Recovery and Reinvestment Act of 2009.)X (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2018) (Pub. L. 109-282) (31 U.S.C. 6101 note). [Applies $30K+] (5) [Reserved]. (6) 52.204-14, Service Contract Reporting Requirements (OCT 2016) (PUB. L. 111-117, section 743 OF DIV. C). (7) 52.204-15, Service Contract Reporting Requirements for Indefinite-Delivery Contracts (OCT 2016) (PUB. L. 111-117, section 743 OF DIV. C).X (8) 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).   [Applies $35K+] (9) 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (OCT 2018) (41 U.S.C. 2313). (10) [Reserved]. (11)(i)52.219-3, Notice of HUBZone Set-Aside or Sole-Source Award (MAR 2020) (15 U.S.C. 657a). (ii) Alternate I (MAR 2020) of 52.219-3. (12)(i)52.219-4, Notice of Price Evaluation Prefer­ence for HUBZone Small Business Concerns (MAR 2020) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a).       (ii) Alternate I (MAR 2020) of 52.219-4. (13) [Reserved] (14)(i) 52.219-6, Notice of Total Small Business Set-Aside (MAR 2020) (15 U.S.C. 644).  [$10+ or SCLS]       (ii) Alternate I (MAR 2020).       (iii) Alternate II (NOV 2011). (15)(i) 52.219-7, Notice of Partial Small Business Set-Aside (MAR 2020) (15 U.S.C. 644).         (ii) Alternate I (MAR 2020) of 52.219-7.         (iii) Alternate II (MAR 2004) of 52.219-7. (16) 52.219-8, Utilization of Small Business Concerns (OCT 2018) (15 U.S.C. 637(d)(2) and (3)). (17)(i) 52.219-9, Small Business Subcontracting Plan (MAR 2020) (15 U.S.C. 637(d)(4)).         (ii) Alternate I (NOV 2016) of 52.219-9.         (iii) Alternate II (NOV 2016) of 52.219-9.         (iv) Alternate III (MAR 2020) of 52.219-9.         (v) Alternate IV (AUG 2018) of 52.219-9. (18) 52.219-13, Notice of Set-Aside of Orders (MAR 2020) (15 U.S.C. 644(r)). (19) 52.219-14, Limitations on Subcontracting (MAR 2020) (15 U.S.C. 637(a)(14)). (20) 52.219-16, Liquidated Damages—Subcontracting Plan (JAN 1999) (15 U.S.C. 637(d)(4)(F)(i)). (21) 52.219-27, Notice of Service-Disabled Veteran-Owned Small Business Set-Aside (MAR 2020) (15 U.S.C. 657 f).X (22) 52.219-28, Post Award Small Business Program Representation (MAR 2020) (15 U.S.C. 632(a)(2)). [Applies $10+] (23) 52.219-29, Notice of Set-Aside for, or Sole Source Award to, Economically Disadvantaged Women-Owned Small Business Concerns (MAR 2020) (15 U.S.C. 637(m)). (24) 52.219-30, Notice of Set-Aside for, or Sole Source Award to, Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program (MAR 2020) (15 U.S.C. 637(m)). (25) 52.219-32, Order Issued Directly Under Small Business Reserves (MAR 2020) (E.O.13126) (26) 52.219-33, Nonmanufacturer Rule (MAR 2020) (15 U.S.C. 637(a)(17)).X (27) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755).   [Supplies over $10K that are procured from FPI]X (28) Child Labor—Cooperation with Authorities and Remedies (JAN 2020) (E.O. 13126).).   [Acquisition of Supplies over Micro-Purchase Threshold]X (29) 52.222-21, Prohibition of Segregated Facilities (APR 2015). [Applies $10+ if 52.222-26 applies] (30)(i) 52.222-26, Equal Opportunity (SEPT 2016) (E.O. 11246).  [Apples $10+]         (ii) Alternate I (FEB 1999) of 52.222-26. (31)(i) 52.222-35, Equal Opportunity for Veterans (OCT 2015) (38 U.S.C. 4212).         (ii) Alternate I (JULY 2014) of 52.222-35.X (32)(i) 52.222-36, Equal Opportunity for Workers with Disabilities (JULY 2014) (29 U.S.C. 793). [Applies $15K+]         (ii) Alternate I (JULY 2014) of 52.222-36. (33) 52.222-37, Employment Reports on Veterans (FEB 2016) (38 U.S.C. 4212). (34) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496). (35)(i)52.222-50, Combating Trafficking in Per­sons (JAN 2019) (22 U.S.C. chapter 78 and E.O. 13627).         (ii) Alternate I (MAR ) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). (36) 52.222-54, Employment Eligibility Verification (OCT 2015). (Executive Order 12989). (Not applicable to the acquisition of commercially available off-the-shelf items or certain other types of commercial items as prescribed in 22.1803.) (37)(i)52.223-9, Estimate of Percentage of Recov­ered Material Content for EPA–Designated Items (MAY 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.)          (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) (38) 52.223-11, Ozone-Depleting Substances and High Global Warming Potential Hydrofluorocarbons (JUN 2016) (E.O. 13693).  (39) 52.223-12, Maintenance, Service, Repair, or Disposal of Refrigeration Equipment and Air Conditioners (JUN 2016) (E.O. 13693).  (40)(i)52.223-13, Acquisition of EPEAT®-Regis­tered Imaging Equipment (JUN 2014) (E.O.s 13423 and 13514).         (ii) Alternate I (OCT 2015) of 52.223-13. (41)(i)52.223-14, Acquisition of EPEAT®-Regis­tered Televisions (JUN 2014) (E.O.s 13423 and 13514).         (ii) Alternate I (JUN 2014) of 52.223-14. (42) 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b). (43)(i) 52.223-16, Acquisition of EPEAT®-Registered Personal Computer Products (OCT 2015) (E.O.s 13423 and 13514).         (ii) Alternate I (JUN 2014) of 52.223-16.X (44) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513). [Applies $10+] (45) 52.223-20, Aerosols (JUN 2016) (E.O. 13693). (46) 52.223-21, Foams (JUN 2016) (E.O. 13693). (47)(i) 52.224-3, Privacy Training (JAN 2017) (5 U.S.C. 552a).         (ii) Alternate I (JAN 2017) of 52.224-3. (48) 52.225-1, Buy American— (MAY 2014) (41 U.S.C. chapter 83). (49)(i) 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.   [Applies to Supplies Only]         (ii) Alternate I (MAY 2014) of 52.225-3.         (iii) Alternate II (MAY 2014) of 52.225-3.         (iv) Alternate III (MAY 2014) of 52.225-3. (50) 52.225-5, Trade Agreements (OCT 2019) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note)(E.O. 13693).  [Applies to Supplies Only]X (51) 52.225-13, Restrictions on Certain Foreign Purchases (JUNE 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).      [Applies to $10+ unless exception applies] (52) 52.225-26, Contractors Performing Private Security Functions Outside the United States (OCT 2016) (Section 862, as amended, of the National Defense Authori­zation Act for Fiscal Year 2008; 10 U.S.C. 2302 Note). (53) 52.226-4, Notice of Disaster or Emergency Area Set-Aside (NOV 2007)(42 U.S.C. 5150). (54) 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (NOV 2007) (42 U.S.C. 5150). (55) 52.232-29, Terms for Financing of Purchases of Commercial Items (FEB 2002) (41 U.S.C. 4505, 10 U.S.C. 2307(f)). (56) 52.232-30, Installment Payments for Commercial Items (JAN 2017) (41 U.S.C. 4505, 10 U.S.C. 2307(f)).X (57) 52.232-33, Payment by Electronic Funds Transfer—System for Award Management (OCT 2018) (31 U.S.C. 3332). (58) 52.232-34, Payment by Electronic Funds Transfer—Other than System for Award Management (JUL 2013) (31 U.S.C. 3332). (59) 52.232-36, Payment by Third Party (MAY 2014) (31 U.S.C. 3332). (60) 52.239-1, Privacy or Security Safeguards (AUG 1996) (5 U.S.C. 552a). (61) 52.242-5, Payments to Small Business Subcontractors (JAN 2017)(15 U.S.C. 637(d)(13)). X(62)(i) 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631).  [Applies $10+ if piece part procurement may involve ocean transportation]         (ii) Alternate I (APR 2003) of 52.247-64.         (iii) Alternate II (FEB 2006) of 52.247-64.(c) The Contractor shall comply with the FAR clauses in this paragraph (c), applicable to commercial services, that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Exec­utive orders applicable to acquisitions of commercial items:(End of clause)ALC-Fiscal@uscg.mil                                                                                                                                                                        USCG, Aviation Logistics Center                                                                                                                                                                 Fiscal Branch, Bldg. 63Elizabeth City, NC 27909-5001                                                                                                                                                          Mark For: Purchase Order No. ____________________________ (To be assigned at time of award)As prescribed in 12.301(b)(4), insert the following clause: (h) 3052.209-79 Representation by Corporations Regarding a Felony Criminal Violation under any Federal or State Law or Unpaid Federal Tax Liability. As prescribed in DHS FAR Class Deviation Number 14-02, insert the following provision:REPRESENTATION BY CORPORATIONS REGARDING A FELONY CRIMINAL VIOLATION UNDER ANY FEDERAL OR STATE LAW OR UNPAID FEDERAL TAX LIABILITY (FEB 2014) (DHS FAR CLASS DEVIATION 14-02) (a) In accordance with sections 561 and 562 of Division F, Title V of the Consolidated Appropriations Act, 2014 (Pub. L. 113-76), none of the funds made available by that Act may be used to enter into a contract with any corporation that:(1) Was convicted (or had an officer or agent of such corporation acting on behalf of the corporation convicted) of a felony criminal violation under any Federal or State law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation, or such officer or agency, and made a determination that this further action is not necessary to protect the interests of the Government.(2) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.(b) The Offeror represents that:(1) It is [ ] is not [ ] a corporation that was convicted (or had an officer or agent of such corporation acting on behalf of the corporation convicted) of a felony criminal violation under any Federal or State law within the preceding 24 months.(2) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability.(c) If the offeror represents in (b) above that it is a corporation that was convicted (or had an officer or agent of such corporation acting on behalf of the corporation convicted) of a felony criminal violation under any Federal or State law within the preceding 24 months, or that it is a corporation that has unpaid Federal tax liability that has been assessed, the offeror shall provide all information related to the felony or tax liability within 3 business days of the Government’s request.(End of provision)52.252-1 Solicitation Provisions Incorporated by Reference (FEB 1998)                                          This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer.  Also, the full text of a solicitation provision may be accessed electronically at this/these address https://www.acquisition.gov/far.                                                                                            52.252-2 Clauses Incorporated by Reference Feb 1998)                                                                                                  This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address https://www.acquisition.gov/far.  52.204-7 System for Award Management (OCT 2018)52.204-8 Annual Representations and Certifications (DEC 2014)52.204-13 System for Award Management Maintenance (OCT 2018)52.204-16 Commercial and Government Entity Code Reporting52.217-6 Option for increased Quantity (Mar 1989)52.232-40 Providing Accelerated Payment to Small Business Subcontractors (DEC 2013)52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)52.242-13 Bankruptcy (JUL 1995) 52.246-15 Certificate of Conformance (APR 1984)52.247-34 F.O.B. Destination (NOV 1991)52.233-3 Protest after Award (AUG 1996)Full text clauses:52.203-98            Prohibition on Contracting with Entities that Require                                                              July 2016                              Certain Internal Confidentiality Agreements – Representation (Deviation)(a) In accordance with Section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions), Government agencies are not permitted to use funds appropriated (or otherwise made available) for contracts with an entity that requires employees or subcontractors of such entity seeking to report waste, fraud, or abuse to sign internal confidentiality agreements or statements prohibiting or otherwise restricting such employees or subcontractors from lawfully reporting such waste, fraud, or abuse to a designated investigative or law enforcement representative of a Federal department or agency authorized to receive such information.  Closing date/time for submission of quotes is MAY 08, 2020 9:00AM EST.  Prices must remain effective for 90 days after closing of solicitation.  All responsible sources may submit a quote which will be considered.  Please indicate 70Z03820QL0000129 on subject line.  PDF formal quote preferred. Quotes will be accepted via e-mail to denise.m.coley@uscg.mil or at the following mailing address:USCG Aviation Logistics CenterMRS Product Line                                                                                                                                                                                                                 ATTN: Denise ColeyElizabeth City, NC 27909-5001                                                                                                                       

Elizabeth City ,
 NC  27909  USALocation

Place Of Performance : N/A

Country : United StatesState : North CarolinaCity : Elizabeth City

You may also like

FOOTREST, AIRCRAFT S

Due: 26 Apr, 2024 (in 2 days)Agency: Department of Defense

FAN, GROUND, AIRCRAFT

Due: 26 Apr, 2024 (in 3 days)Agency: Department of Defense

ADDITIVE MANUFACTURED COMPONENTS

Due: 15 Jul, 2024 (in 2 months)Agency: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION

Please Sign In to see more like these.

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

Classification

naicsCode 336413Other Aircraft Parts and Auxiliary Equipment Manufacturing
pscCode 1680Miscellaneous Aircraft Accessories and Components