ADAPTER, OVERHUNG

Agency: HOMELAND SECURITY, DEPARTMENT OF
State: Federal
Level of Government: Federal
Category:
  • 47 - Pipe, Tubing, Hose, Fittings
Opps ID: NBD00159012882147836
Posted Date: Jul 31, 2023
Due Date: Aug 10, 2023
Solicitation No: 2123403B3000DZ086
Source: Members Only
Follow
ADAPTER, OVERHUNG
Active
Contract Opportunity
Notice ID
2123403B3000DZ086
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
SFLC PROCUREMENT BRANCH 3(00040)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

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: Jul 30, 2023 06:54 pm EDT
  • Original Date Offers Due: Aug 10, 2023 02:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Aug 25, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 4730 - HOSE, PIPE, TUBE, LUBRICATION, AND RAILING FITTINGS
  • NAICS Code:
    • 336611 - Ship Building and Repairing
  • Place of Performance:
Description

  1. This is a combined synopsis/solicitation for commercial item contract, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued.

  2. Solicitation number 2123403B3000DZ086 applies, and is issued as a Request for Quotation.

  3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02(FEB 2023).

  4. This procurement is 100% set aside for small business. The North American Industry Classification System (NAICS) code is 3336611 and the business size standard is 1000 PPL. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract.




  1. All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency Companies must be registered with System for Award Management (SAM) @ www.sam.gov and shall provide the company SAM ID & Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is _AUGUST 10 2023_, at _2_ p.m. Eastern Standard Time.





ITEM 0001 – NSN 4730-01-590-3151



ADAPTER, OVERHUNG LO



OVERHUNG LOAD ADAPTER FOR AURA SYSTEM GENERATOR M082-130



INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MILSTD-2073-1E METHOD 10. THE ITEMS ARE TO BE PACKAGED IN A REUSABLE WOODEN CREATE ON A SKID WITH APPROPRIATE BLOCKING AND DUNNAGE TO PROTECT ITEM DURING SHIPMENTS.



**COMMERCIAL PACKAGING ACCEPTABLE WHICH PROTECTS THE ITEM THROUGH MULTIPLE SHIPMENTS AND STORAGE**



MULTIPACK IS ACCEPTABLE, WHERE APPLICABLE.



ITEMS INDIVIDUALLY PACKAGED, SHIPPED IN SAME CONTAINER.



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



LABEL WILL LIST:



ITEM NAME



PART NUMBER



NSN



QNTY (EXAMPLE 1 EA)



CONTRACT ORDER NUMBER OR PR NUMBER.



MFG NAME: DETROIT DIESEL REMANUFACTURING CORP.



PART_NBR: L600276



Quantity: 30 EA Delivery date: 10/16/2023







UNIT PRICE:_______________ TOTAL: _____________










  1. Place of Delivery is: USCG YARD, 2401 Hawkins Point Road, Bldg 88,, Baltimore, MD 21226.



**** Please quote prices FOB Destination. ****




  1. The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (MAR 2023). 1. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: a) company’s complete mailing and remittance addresses, b) discounts for prompt payment if applicable c) cage code, d) SAMs Unique Entity ID,



e) Taxpayer ID number.








      1. Offerors shall agree to the delivery condition by the government.







Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer.




  1. 52.212-2 Evaluation-Commercial Items (OCT 2014). – Delivery, pricing and relevant past performance are the evaluation factors. This is a commercial item acquisition. Award will be made to lowest cost technically acceptable. All evaluation factors will be considered as DELIVERY is as important as cost. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the lowest cost technically acceptable and meeting our PDD. The evaluation and award procedures in FAR 13.106 apply.

  2. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (OCT 2018) with Alt 1 included are to be submitted with your offers.

  3. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (DEC 2022) applies to this acquisition.

  4. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (MAR 2023). The following clauses listed in 52.212-5 are incorporated:

    1. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub.L. 109-282)(31 U.S.C. 6101 note).

    2. 52.204-13, System for Award Management Registration (OCT 2018)

    3. 52.219-6, Notice of Total Small Business Aside (Nov 2020) (15 U.S.C. 644).

    4. 52.219-28, Post Award Small Business Program Rerepresentation (MAR 2023) (15 U.S.C. 632 (a)(2).

    5. 52.222-3 Convict labor (June 2003) (E.O. 11755)

    6. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (JAN 2018) (EO 11755)

    7. 52.222-26 Equal Opportunity (SEP 2016)(E.O. 11246)

    8. 52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).

    9. 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627)

    10. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).

    11. 52.225-1, Buy American-Supplies (OCT 2022) (41 U.S.C. chapter 83)

    12. 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).

    13. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2018)(31.S.C. 3332).

    14. 52.222-41, Service Contract Act of 1965 (AUG 2018) (41 U.S.C. 351, et seq.).

    15. 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.).

    16. 52.233-3 Protest after award (Aug. 1996.)

    17. 52.233-4 Applicable Law for Breach of Contract Chain (Oct.2004).






  1. Defense Priorities and Allocations System (DPAS): N/A

  2. QUOTES ARE DUE BY 2:00 PM EST on 10 AUGUST 2023. Quotes may be emailed to Brandie.r.dunnigan@uscg.mil

  3. POC is Brandie Dunnigan, Procurement Agent, 410-762-6446.




Attachments/Links
Contact Information
Contracting Office Address
  • 2401 HAWKINS PT RD. BLDG 31 MS 26
  • BALTIMORE , MD 21226
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jul 30, 2023 06:54 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 >