MFG NAME: MERCURY MARINE DIV OF BRUNSWICK CORP
MFG PART NUMBER: 6-6311002NZ
QUANTITY: 10 EA.
UNIT PRICE: ______________
TOTAL PRICE: ____________
REQUIRED DELIVERY DATE: 7/29/16
ESTIMATED DELIVERY DATE:_________________
(vi) Place of Delivery is: USCG Surface Forces Logistics Center, Receiving Dept, Bldg 88, 2401 Hawkins Point Road, Baltimore, MD 21226.
****Please quote prices FOB Destination.****
(vii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.acquisition.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (APR 2015). 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:
1) company's complete mailing and remittance addresses
2) discounts for prompt payment if applicable
3) cage code
4) Dun & Bradstreet number
5) Taxpayer ID number
6) Price and delivery information
7) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer.
(viii) FAR 52.212-2 Evaluation-Commercial Items (Oct 2014). - The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers: Price, Delivery, and Past Performance. Price is more important than delivery or past performance. The Government reserves the right to do trade-offs. Award may be made to other than the lowest price. Award will be a best value decision. 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 best value. The evaluation and award procedures in FAR 13.106 apply. The U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract.
(ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2014)
(x) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 2014) applies to this acquisition. The following addendum applies: Address for submission of invoices is U.S. Coast Guard YARD, P.O. Box 4122, Chesapeake, VA 23327-4122.
(xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Oct 2014). The following clauses listed in 52.212-5 are incorporated:
a. 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).
b. 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632 (a) (2)).
c. 52.222-3 Convict labor (June 2003) (E.O. 11755)
d. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (FEB 2016) (EO 11755)
e. 52.222-21, Prohibition of Segregated Facilities (Feb 1999)
f. 52.222-26 Equal Opportunity (March 2007)(E.O. 11246)
g. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (EO. 13513)
h. 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).
i. 52.225-1 Buy American Act - Supplies (May 2014) (41 U.S.C. 10a-10d).
j. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Jul 2013)(21 U.S.C. 3332).
k. 52.233-3 Protest after award (Aug 1996)
l. 52.233-4 Applicable Law for Breach of Contract Chain (Oct. 2004). The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. HSAR 3052.242-71 Dissemination of Contract Information (Dec 2003); Copies of HSAR clauses may be obtained electronically at: Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.
(xii) Additional contract requirements: If the item(s) required in the contract resulting from
this solicitation are customarily warranted in the trade by a standard commercial
warranty, such warranty shall be incorporated into this contract and thereby provided to
the Government at no additional cost. Any standard commercial warranty provided shall
be identical to the standard commercial warranty normally offered by the Contractor to
the Contractor's most favored customer. Offerors are requested to state the terms and
conditions of their standard commercial warranty or to attach a copy of the warranty
terms with their proposal.
(xiii) N/A
(xiv) Proposals may be faxed to (410) 762-6570 or emailed to [email protected].
(xv) Point of Contact: Kimberly Wooters, Purchasing Agent, Tele. No. 410-762-6508, email
address: [email protected].