Federal Bid

Last Updated on 02 Jun 2021 at 2 PM
Combined Synopsis/Solicitation
Curtis bay Maryland

Grille & Cover

Solicitation ID 70Z04021Q64195Y00
Posted Date 02 Jun 2021 at 2 PM
Archive Date 17 Jun 2021 at 4 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 Curtis bay Maryland United states 21226
  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 2121401Y152132337 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 2019-05 (AUG 2019).
  4. This procurement is 100% set aside for small business. The North American Industry Classification System (NAICS) code is 333413 and the business size standard is 500 PPL. U.S. Coast Guard Surface Forces Logistics Center intends to award a Brand Name Firm Fixed Price Contract. 
  1. 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 System for Award Management (SAM) @ www.sam.gov and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is _JUNE 16, 2021_, at _12_ p.m. Eastern Standard Time.

 

ITEM 0001 – GRILLE, 24" X 16"", RETURN AIR 304 STAINLESS STEEL45 DEG DEFLECTION, 3/4" BLADE SPACING, BLADES PARALLEL TO LONG DIMENSION, SURFACE MOUNT, W/O DAMPER.

NSN: 4140 01-LG0-9225         PART NO.:  TITUS 350RL-SS OR EQUAL

Quantity:   1 EACH                      Required Delivery date: 12/15/2021

 

Unit Price:  _______________    Promised Delivery Date: _______________

 

Total Amount:  ____________ 

 

 

 

ITEM 0002 – GRILLE, 30" X 12", STEEL, RETURN AIR, 45 DEG DEFLECTION, 3/4" BLADE SPACING, BLADES PARALLEL TO LONG DIMENSION, SURFACE MOUNT, STD WHITE FINISH, W/O DAMPER..THIS END FITTING MUST BE A TITUS PRODUCT. END FITTING MUST BE SUITABLE TO DIRECTLY ATTACH TO A TITUS DUCT TERMINUS' W/O ANY MODIFICATIONS/DRILLING, ETCETRA.

NSN: 4140 01-LG0-9226         PART NO.:  TITUS 23RL OR EQUAL

Quantity:   1 EACH                       Required Delivery date: 12/15/2021

 

Unit Price:  _______________   Promised Delivery Date: _______________

 

Total Amount:  ____________  

 

 

 

ITEM 0003 – SCREEN, 2 X 2 MESH WOVEN WIRE CLOTH, .080" WIRE DIA, 48" X 48" SHEET, 304 SST.

NSN: 5335 01-LG1-3905         PART NO.:  3812800041

Quantity:   1 SHEET                     Required Delivery date: 12/15/2021

 

Unit Price:  _______________    Promised Delivery Date: _______________

 

Total Amount:  ____________ 

 

 

 

ITEM 0004 – COVER, 4", ACCESS, NON-WATER TIGHT, FOR INSULATED DUCT, GALVANIZED STEEL.

NSN: 2040 01-LG0-9215         PART NO.:  JE-152

Quantity:  36 EACH                      Required Delivery date: 12/15/2021

 

Unit Price:  _______________    Promised Delivery Date: _______________

 

Total Amount:  ____________ 

 

 

 

ITEM 0005 – COVER, 6" DIA ROUND, ACCESS, FOR N.W.T. DUCT. QUICK OPENING TYPE "C" ASSEMBLY, FOR 1 INCH THICK THERMAL INSULATED DUCT, 20 GA., GALVANIZED STEEL CONSTRUCTION.

NSN: 2040 01-LG4-3416         PART NO.:  JE-130

Quantity:   16 EACH                    Required Delivery date: 12/15/2021

 

Unit Price:  _______________    Promised Delivery Date: _______________

 

Total Amount:  ____________ 

 

 

 

ITEM 0006 – COVER, ACCESS, 8" DIAMETER, QUICK ACTING, NONWATER TIGHT, FOR THERMAL INSULATED DUCT, GALVANIZED STEEL.

NSN: 5340 01-LG0-5125         PART NO.:  JE-13108C1G

Quantity:   8 EACH                      Required Delivery date: 12/15/2021

 

Unit Price:  _______________    Promised Delivery Date: _______________

 

Total Amount:  ____________ 

 

 

 

ITEM 0007 – COVER, ACCESS, 12" DIA, ROUND FOR N.W.T. DUCT, QUICK OPENING, TYPE "B" ASSEMBLY FOR SOUND ABSORBING DUCT, GALVANIZED STEEL, 20 GAUGE.

NSN: 2040 01-LG9-1685         PART NO.:  JE-132 TYPE B

Quantity:   1 EACH                      Required Delivery date: 12/15/2021

 

Unit Price:  _______________    Promised Delivery Date: _______________

 

Total Amount:  ____________ 

 

 

 

ITEM 0008 – COVER, 12" DIA ROUND, ACCESS, FOR N.W.T. DUCT, QUICK OPENING TYPE "C" ASSEMBLY FOR THERMAL INSULATED DUCT. GALV. STEEL CONTRUCTION.

NSN: 2040 01-LG4-3418         PART NO.:  JE-132 TYPE C

Quantity:   11 EACH                    Required Delivery date: 12/15/2021

 

Unit Price:  _______________    Promised Delivery Date: _______________

 

Total Amount:  ____________ 

 

 

 

ITEM 0009 – DAMPER CONTROL, 1/4" DIAL TYPE, WITH BEARING FOR INSULATED DUCT, FOR FABRICATION OF BALANCING DAMPERS. INCLUDES A K2 REGULATOR. A KP-8S LONG SQUARE END BEARING, AND A KP-8R ROUND BEARING.

NSN: 4520 01-LG0-9221         PART NO.:  KS14 ITEM 8040

Quantity:   3 BOXES                     Required Delivery date: 12/15/2021

 

Unit Price:  _______________    Promised Delivery Date: _______________

 

Total Amount:  ____________ 

 

 

 

PACKAGING SPECIFICATIONS:

PACKAGING REQUIREMENTS ARE MANDATORY TO MEET WAREHOUSE INVENTORY REQUIREMENTS.

IMPORTANT! EACH ITEM SHALL BE INDIVIDUALLY PACKAGED FOR INVENTORY TO MATCH THE COAST GUARD "UNIT OF ISSUE". (EXAMPLE: EA, LB, HD) THE MINIMUM PACKAGING IS COMMERCIAL PACKAGING, DEFINED AS THE WAY ITEMS ARE PACKAGED, SOLD, AND SHIPPED TO THE PUBLIC OVER THE COUNTER PROVIDED THE PACKAGING MATCHS THE "UNIT OF ISSUE".

SMALLER ITEMS ONLY:(BOLTS/SCREWS) CAN BE PACKAGED WITH MULTIPLE ITEMS IN ONE PACKAGE/CONTAINER PROVIDING THE MARKING ALSO INCLUDES THE QUANTITY IN THE CONTAINER.

EXAMPLE: A PACKAGE BAG OR BOX CAN HAVE 10, 25 OR 50 BOLTS AS LONG AS THAT PACKAGE IS MARKED IAW MARKING REQUIREMENTS BELOW PLUS THE QUANTITY.

MARKING REQUIREMENTS:

 ALL PACKAGES, BOXS, BAGS OR CONTAINERS SHALL BE CLEARLY MARKED / LABELED WITH THE

FOLLOWING INFORMATION:

ITEM NOUN NAME, OUR STOCK NUMBER (13 DIGIT), MFG PART NO., CAGE CODE (IF KNOWN), PURCHASE ORDER / CONTRACT NUMBER, UNIT OF ISSUE AND QUANTITY.

IF AN ITEM CANNOT PHYSICALLY BE PACKAGED IN ONE CONTAINER, EACH CONTAINER SHALL BE MARKED BOX 1 OF 2, BOX 2 OF 2 ETC. FAILURE TO COMPLY WITH ALL PACKAGING AND MARKING REQUIREMENTS WITHOUT PRIOR APPROVAL WILL RESULT IN MATERIAL BEING RETURNED AT VENDORS EXPENSE FOR CORRECTION. BAR CODING NOT REQUIRED!

LABEL EXAMPLE

ITEM NAME

CG STOCK NUMBER

PURCHASE ORDER/CONTRACT NUMBER

PART NUMBER

UNIT OF ISSUE AND QUANTITY

                                             

                              

NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS   ARE AVAILABLE FROM THIS AGENCY.

  1. Place of Delivery: Building 88, 2401 Hawkins Point Rd., Baltimore, MD 21226.                        
     **** Please quote prices FOB Destination. ****

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 (OCT 2018). 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, Dun & Bradstreet number, 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.  If any offeror is registered in ORCA, verification by the applicable vendor is needed to evidence that the record is current and valid.
  2. 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 an 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.  The evaluation and award procedures in FAR 13.106 apply.
  3. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (OCT 2018) with Alt 1 included are to be submitted with your offers. 
  4. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2018) applies to this acquisition.
  5. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (OCT 2018).  The following clauses listed in 52.212-5 are incorporated:
    1. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards  (OCT 2018) (Pub.L. 109-28
    2. .2)(31 U.S.C. 6101 note).
    3. 52.204-99, System for Award Management Registration (Aug 2012) (DEVIATION)
    4. 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).
    5. 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).
    6. 52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013) (15 U.S.C. 632 (a)(2).
    7. 52.222-3 Convict labor (June 2003) (E.O. 11755)
    8. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (JAN 2018) (EO 11755)
    9. 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
    10. 52.222-26 Equal Opportunity (SEP 2016)(E.O. 11246)  
    11. 52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).
    12. 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).
    13. (ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).
    14. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).
    15. 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C.chapter 83).
    16. 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).
    17. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2018)(31.S.C. 3332). 
    18. 52.233-3 Protest after award (Aug. 1996.)
    19. 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 12:00 NOON EST on 16 JUNE 2021. Quotes may be emailed to Shannon.R.Carter @uscg.mil.
  3. POC is Shannon Carter, Procurement Agent, 410-762-6503.

Bid Protests Not Available

Similar Past Bids

Curtis bay Maryland 06 Dec 2021 at 3 PM
Baltimore Maryland 21 May 2019 at 6 PM
Curtis bay Maryland 11 Jan 2023 at 3 PM
Point Texas 01 Nov 2019 at 12 PM
Curtis bay Maryland 21 Mar 2025 at 4 PM

Similar Opportunities

Pennsylvania 17 Jul 2025 at 4 AM (estimated)
Pennsylvania 17 Jul 2025 at 4 AM (estimated)
Memphis Tennessee 13 Nov 2025 at 7 PM
Oklahoma 09 Jul 2025 at 4 AM (estimated)