(i) This is a combined synopsis/solicitation for commercial items, 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.
(ii) Solicitation number HSCG40-20-Q-AC160 applies and is issued as a Request for Quotation.
(iii) This solicitation document and incorporated provisions and clauses are those in effect through FAC 2020-01 (NOV 2019).
(iv) This procurement is SMALL BUSINESS SET-ASIDE. The North American Industry Classification System (NAICS) code is 336611 and the business size standard is 1250. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract.
(v) Line item one: NSN: 4020-01-378-0203 BRAND NAME ONLY - ORION ROPEWORKS – ROPE, FIBROUS
ROPE, FIBROUS
DOUBLE BRAID ROPE, POLYAMIDE NYLON, 1 1/16 INCH DIAMETER, IN
ACCORDANCE WITH MIL-R-24050; MINIMUM BREAKING STRENGTH: 34600.0
POUNDS, 12 STRAND (TWILL BRAID) INNER
CORE, 24 STRAND (TWILL BRAID) OUTER BRAID, COLOR: NATURAL, 900 FT.
REEL. OR AN EQUAL VERSION.
CERTIFICATE OF COMPLIANCE IS REQUIRED TO ACCOMPANY EACH REEL
INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MIL-STD-2073-1E
METHOD 10, UTILIZING BLOCKING AND BRACING SECURED TO A WOODEN
SKID/PALLET.
EACH PACKAGED ITEM IS TO BE MARKED IAW MIL-STD-129R AND
BARCODED IAW ISO/IEC-163888-2007, CODE 39 SYMBOLOGY.
MFG NAME: ORION ROPEWORKS
PART_NBR: 1.062IN DIA (3.250 CIRC) D.B.N..
QUANTITY: 20EA DELIVERY DATE ON OR BEFORE 10 AUGUST 2020
**ANY SHIPPING CHARGES, ADD TO THE LINE ITEM. FOB DESTINATION**
(vi) Place of Delivery: Surface Forces Logistics Center, Receiving Room- BLDG. 88, 2401 Hawkins Point Road, Baltimore, MD 21226.
(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 (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:
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) Provide one (1) relevant past performance reference including name of contractor, point of contact and telephone number.
8) 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. Award will be lowest technically acceptable. 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 technically acceptable. 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 (Oct 2018) shall be submitted with their offers. The use of the System for Award Management (SAM) website located at https://www.sam.gov/portal is mandatory. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision FAR 52.212-3 which can be obtained electronically at https://www.acquisition.gov.
(x) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2018) applies to this acquisition. The following addendum applies: Address for submission of invoices is U.S. Coast Guard Finance Center, 1430A Kristina Way, Chesapeake, VA 23326-3635.
(xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Jan. 2019). The following clauses are incorporated:
(xii) See required documents for scanned copies of each item requested.
(xiii) Defense Priorities and Allocations System (DPAS): N/A
(xiv) Proposals may be emailed to [email protected]
(xv) Point of Contact: Kimberly Wooters, Purchasing Agent, Tele. No. 410-762-6508, Email: