Federal Bid

Last Updated on 01 Jan 2016 at 9 AM
Combined Synopsis/Solicitation
Point Texas

ACHOR WINDLASS

Solicitation ID HSCG40-16-Q-CV033
Posted Date 11 Dec 2015 at 3 PM
Archive Date 01 Jan 2016 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Sflc Procurement Branch 3(00040)
Agency Department Of Homeland Security
Location Point Texas United states
The United States Coast Guard Surface Forces Logistics Center PATROL BOAT PRODUCT LINE has a requirement and requesting quotations for the following part:

ITEM 1

NSN: 3950 01-572-6428

ANCHOR WINDLASS

RIGHT ANGLE THROUGH DECK CAPSTAN WITH HELICAL
BEVEL GEAR REDUCER.

RATING: 1-1/2 HP ELECTRIC BRAKE/MOTOR

VOLTAGE: 460 VAC

HERTZ: 60 CY

PHASE: THREE

PERFORMANCE: 1400 LBS LINE PULL AT 31 FPM ON A
12" DIA. DRUM.

CONSTRUCTION: ALUMINIUM CATHEAD AND MOUNTING
PLATE.

INCLUDED SHALL BE ONE COPY OF THE MANUFACTURES
OPERATION & INSTALLATION MANUAL AND
CERTIFICATION OF TESTING

TESTING: THE MANUFACTURE SHALL PERFORM A NO LOAD
ROTATIONAL TEST OF EACH CAPSTAN ASSY.
IN FORWARD AND REVERSE DIRECTIONS FOR NO
LESS THAN TEN FULL REVOLATIONS IN EACH DIRECTION.
THIS TEST SHALL VERIFY SMOOTH, CONTINEOUS
OPERATION OF THE MOTOR, GEAR REDUCER AND WILDCAT WITHOUT SOUNDS
INDICATING BINDING OR RUBBING. THE MANUFACTURE SHALL PROVIDE A CERTIFICATION OF TESTING TO ACCOMPANY EACH CAPSTAN ASSY.


PRESERVATION, PACKAGING AND PACKING: EACH
WINDLASS SHALL BE PRESERVED TO PROVIDE CORROSION
PROTECTION FOR A MINIMUM OF TWO YEARS. EACH
WINDLASS SHALL BE PACKAGED IN A WOODEN CRATE
BUILT TO PROVIDE MAXIMUM PROTECTION DURING
COMMERCIAL SHIPPING AND LONG TERM WAREHOUSE STORAGE.
EACH WINDLASS SHALL BE MOUTED TO THE CRATE TO PREVENT
MOVEMENT INSIDE THE WOODEN CRATE. THE WOOD CRATE SHALL BE
SKID MOUNTED FOR FORKLIFT USE.

QUALITY ASSURANCE: COAST GUARD QUALITY
ASSURANCE PERSONNEL WILL WITNESS OPERATIONAL
TESTING, PACKAGING AND QUALITY OF WORKMANSHIP.
CONTRACTOR SHALL NOTIFY THE CONTRACTING OFFICER AT LEAST (7) DAYS PRIOR TO UNITS BEING READY FOR INSPECTION TO SCHEDULE.


MFG NAME: COASTAL MARINE EQUIPMENT, INC.

PART_NBR: C1-.1-41-231


QUANTITY: THREE (3)

 


***INDIVIDUAL ITEMS ARE REQUIRED TO BE PACKAGE WITH ASSOCIATED PART NUMBER.

PLEASE ENSURE ASSETS ARE INDIVIDUALLY PACKAGED
IAW ASTM-D-3951 AND MARKED IAW SP-PP&M-001 FOR
PHYSICAL AND MECHANICAL HANDLING.


The 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, 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, Baltimore MD.


Required Delivery date: 1/30/2016

This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005- 84 (OCT 2015) 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 333923 this synopsis/solicitation is issued pursuant to FAR 6.302-1. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13

All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer.


The closing date and time for receipt of quote DECEMBER 17, 2015 at _2:30_ p.m. 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 (JUN 2008); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (11/25/13) 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 (Nov. 2014); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (11/25/13). 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 (JULY 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 (MAR 2012) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); 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 (SEP 2009); FAR 52.225-3, Buy American Act-Free Trade Agreement (NOV 2012)(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 (JUL 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

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 24 Jun 2014 at 8 PM
Location Unknown 27 Mar 2009 at 12 PM
Location Unknown 28 Apr 2015 at 7 PM
Location Unknown 20 Aug 2010 at 4 PM
Location Unknown 20 Aug 2010 at 2 PM

Similar Opportunities

Pennsylvania 19 Jul 2025 at 4 AM (estimated)
Pennsylvania 19 Jul 2025 at 4 AM (estimated)
Pennsylvania 19 Jul 2025 at 4 AM (estimated)
Pennsylvania 19 Jul 2025 at 4 AM (estimated)
California 18 Jul 2025 at 8 PM