FLOODLIGHT, ELECTRIC

Agency: HOMELAND SECURITY, DEPARTMENT OF
State: Federal
Level of Government: Federal
Category:
  • 62 - Lighting Fixtures and Lamps
Opps ID: NBD00159589573983684
Posted Date: Apr 15, 2024
Due Date: Apr 22, 2024
Solicitation No: 70Z08024QZB036
Source: Members Only
Follow
FLOODLIGHT, ELECTRIC
Active
Contract Opportunity
Notice ID
70Z08024QZB036
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
SFLC PROCUREMENT BRANCH 1(00080)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 15, 2024 12:06 pm EDT
  • Original Date Offers Due: Apr 22, 2024 09:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 07, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6220 - ELECTRIC VEHICULAR LIGHTS AND FIXTURES
  • NAICS Code:
    • 335 - Electrical Equipment, Appliance, and Component Manufacturing
  • Place of Performance:
Description



The United States Coast Guard Surface Forces Logistics Center has a requirement and requesting quotations for the following part:



Item 1)



6220 01-622-1996



FLOODLIGHT,ELECTRIC



MFG NAME: PAULUHN ELECTRIC MFG.CO INC.



PART_NBR: IN990726



QUANTITY: 20





TYPE 4



CONFORMS TO IP66: MARINE OUTSIDE WATER TYPE.



LAMP IS 300W 120V WIDE FLOODLIGHT PAR 56



*****CAT. NO: 741SMWFLWHT*****



AFTER GE LAMPS ARE OUT OF STOCK, LAMP IS MOVING TO A CROUSE-HINDS LED.



INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MIL-STD-2073-1E METHOD 10, CUSHIONED AND



PACKED IN AN APPROPRIATELY SIZED ASTM-D5118 SINGLE-WALL FIBERBOARD BOX.



FAILURE TO MEET THE PACKING, PACKAGING, MARKING AND BAR CODING REQUIREMENTS WILL



RESULT IN WAREHOUSE REJECTION AND ITEMS WILL BE SHIPPED BACK TO VENDOR.



MARKING IAW MIL-STD-129R EXCEPT BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY





.





This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2024-02 Jan 22, 2024 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 335129 and the business size standard is 500. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13





Brand Name part is mandatory to be considered for award, offers of “equal” products must meet the salient physical, functional, or performance characteristic specified in this solicitation and USCG will determine if alternate part is acceptable









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. Award will be lowest price technically acceptable. The Coast Guard intends to award on a Firm Fixed Price Contract.







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 April 22, 2024 at _9:00 AM Eastern Standard Time





OFFERORS 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)



52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (June 2020) (31 U.S.C. 6101 note).



52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Mar 2020)



52.219-28, 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)



5 2.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014)



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














Attachments/Links
Contact Information
Contracting Office Address
  • 300 EAST MAIN ST, STE 950, VESS DIV
  • NORFOLK , VA 23510
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 15, 2024 12:06 pm EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >