Federal Bid

Last Updated on 06 Jan 2015 at 11 AM
Combined Synopsis/Solicitation
Location Unknown

OVERSIZED DIAPHRAGM

Solicitation ID HSCG40-15-Q-40046
Posted Date 08 Dec 2014 at 6 PM
Archive Date 06 Jan 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Sflc Procurement Branch 2(00085)
Agency Department Of Homeland Security
Location United states
THE USCG SURFACE FORCES LOGISTICS CENTER, IBCT PRODUCT LINE HAS A REQUIREMENT TO PROCURE THE ITEM NOTED BELOW. QUOTES MAY SUBMITTED BY EMAIL TO DWAYNE.D.BUTLER@ USCG.MIL OR FAXED TO 410-762-6570. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-74 (MAY 2014) 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 811310 and the Small Business Size Standard is 500. This synopsis/solicitation is issued pursuant to FAR 6.203-1 and HSAM 3006.302-1. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.5.
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) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is DEC 22, 2014. Eastern Standard Time.
Item 1: NSN: 2010-01-630-4550   OVERSIZED DIAPHRAGM
PART NUMBER: US75894-01-208
MFG: WARTSILA DEFENSE INC
DESCRIPTION DATA: OVERSIZED DIAPHRAGM
MFG DWG: US75888-01 REV H; MFR ID: US75888-01; MODEL M-9; TYPE WET; APPLICABLE TO NSC; NO OF SPRINGS; TYPE SEAL FULLY SPLIT WATER LUBRICATED; DIMENSIONS: 531 CM X 966 CM X 966 CM; CAGE 0EYAS; CCF DATE 0607; REV DATE: 1211; LAPL 83-01; HSC: 24311; CASE: 114059; END-ITEM MULTIPLE REFERENCE; 0EYA6: H758880-01; END USE: WMSL 418 CLASS CUTTER 
Quantity: 3 EACH
Delivery on or before: JANUARY 17TH, 2015

The items are used on various US Coast Guard vessels. Substitute part numbers are NOT acceptable. All items will be individually packaged and bar-code in accordance with Coast Guard specification SP-PP&M-001 REV'D. 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.
NOTE: DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY.
It is anticipated that a purchase order shall be awarded as a result of this synopsis/solicitation.
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 (MAY, 2014); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (MAY 2014) 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 (MAY 2014); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2014). 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). (ii) Alternate I (Oct 1995) of 52.219-6. (iii) Alternate II (Mar 2004) of 52.219-6; FAR 52.219-28, Post Award Small Business Program representation (Apr 2009)(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 (JUL 2010)(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 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)(29 U.S.C. 793); 52.223-18; Contractor Policy to Ban Text Messaging While Driving (Sep 2010) (E.O. 13513); FAR 225-13, Restrictions on Certain Foreign Purchase (Jun 2008) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31 U.S.C. 3332).

The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete.
Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls.

 

Bid Protests Not Available

Similar Past Bids

Jacksonville Florida 23 Nov 2020 at 5 AM
Jacksonville Florida 05 Nov 2020 at 5 AM
Jacksonville Florida 06 May 2021 at 4 AM
Jacksonville Florida 15 Apr 2021 at 4 AM
New cumberland Pennsylvania 08 Apr 2021 at 4 AM

Similar Opportunities

Colorado 19 Jul 2025 at 4 AM (estimated)
Colorado 19 Jul 2025 at 4 AM (estimated)
Tinker air force base Oklahoma 31 Dec 2025 at 5 AM (estimated)
Tinker air force base Oklahoma 31 Dec 2025 at 5 AM (estimated)