ITEM 1
NSN: 5895 01-628-3397
KVM DRAWER
********* PACKING AND PACKAGING REQUIREMENTS:
DUE TO PREVIOUS SIMILAR ITEMS BEING DAMAGED AND THE FACT THESE KVM DRAWERS ARE NOT FOR IMMEDIATE INSTALLATION, THE KVM DRAWER
SHALL BE PACKAGED AND PACKED IN SUCH A MANNER THAT WOULD PROVIDE MAXIMUM PROTECTION DURING MULTIPLE COMMERCIAL SHIPMENTS AND LONG TERM WAREHOUSE STORAGE AND HANDLING. THE USE OF PLYWOOD OR HEAVY
CARDBOARD CONTAINERS WILL BE ACCEPTED. THE
KVM DRAWERS SHALL BE PACKED OR MOUNTED TO PREVENT MOVEMENT INSIDE THE PACKAGING AND PREVENT DAMAGE FROM SHOCK OR ROUGH HANDLING.
ITEMS WILL BE INSPECTED BY CG WAREHOUSE PERSONNEL AND ITEMS IN INADEQUATE PACKAGING AND PACKING WILL BE REJECTED AND SENT BACK TO VENDOR.**********
SP-PP&M-001 REV. D
INDIVIDUALLY PACKAGE, MARK AND SHIP
MFG NAME: NETWORK TECHNOLOGIES INC.
PART_NBR: RACKMUX-P15-DS
QUANTITY: FIFTEEN (15)
PACKAGING SPECIFICATIONS:
PACKAGING REQUIREMENTS ARE MADATORY 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 METHOD USED IS
COMMERCIAL PACKAGING, DEFINED AS THE WAY ITEMS
ARE PACKAGED, SOLD, AND SHIPPED TO THE PUBLIC
OVER THE COUNTER PROVIDED THE PACKAGE 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.
EXMPLE: 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 A SINGLE ITEM CANNOT 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!
Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, Baltimore MD.
Required Delivery date: 06/02/2016
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6 FAC 2005-87 APRIL 2016 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 334118 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 MAY 18, 2016 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