(v) Item 0001: NSN: 6850 01-645-3356, RECOVERY ASSEMBLY COOLAN RECOVERY ASSEMBLY. MFG NAME: MTU AMERICA, PART_NBR: 23508730.
QTY: 10 EA DESIRED DELIVERY DATE IS 9/07/2018. INDICATE YOUR BEST DELIVERY DATE: ____________
*INDIVIDUALLY PACKAGED AND LABELED IAW MIL-STD-2073-1E, MIL-STD-129R,
ISO/IEC-16388-2007*
Item 0002: NSN: 4710 01-653-6386, TUBE, METALLIC, MFG NAME: MTU AMERICA
PART_NBR: 23539760
QTY: 10 EA DESIRED DELIVERY DATE IS 9/07/2018. INDICATE YOUR BEST DELIVERY DATE: ____________
*INDIVIDUALLY PACKAGED AND LABELED IAW MIL-STD-2073-1E, MIL-STD-129R,
ISO/IEC-16388-2007*
Item 0003: NSN: 4420 01-600-2330, COOLER, FLUID INDUSTRIAL HEAD BRACE; FRONT MOUNTING FOR THE SECONDARY, MFG NAME: MTU AMERICA
PART_NBR: 23535343.
QTY: 5 DESIRED DELIVERY DATE IS 9/07/2018. INDICATE YOUR BEST DELIVERY DATE: ____________
*INDIVIDUALLY PACKAGED AND LABELED IAW MIL-STD-2073-1E, MIL-STD-129R,
ISO/IEC-16388-2007*
Item 0004: NSN: 4330 01-641-5534, BRACE, HEAD, FLUID FILTER, HEAD BRACE; FRONT MOUNTING FOR THE SECONDARY, MFG NAME: MTU AMERICA
PART_NBR: 23525385
QTY: 15 EA DESIRED DELIVERY DATE IS 9/07/2018. INDICATE YOUR BEST DELIVERY DATE: ____________
*INDIVIDUALLY PACKAGED AND LABELED IAW MIL-STD-2073-1E, MIL-STD-129R,
ISO/IEC-16388-2007*
Item 0005: NSN: 2920 01-649-2254, HARNESS ASSEMBLY PIGTAIL, HARNESS ASSEMBLY, MFG NAME: MTU AMERICA, PART_NBR: 23527916
QTY: 10 EA DESIRED DELIVERY DATE IS 9/07/2018. INDICATE YOUR BEST DELIVERY DATE: ____________
*INDIVIDUALLY PACKAGED AND LABELED IAW MIL-STD-2073-1E, MIL-STD-129R,
ISO/IEC-16388-2007*
Item 0006: NSN: 6695 01-517-0228, TRANSDUCER,MOTIONAL PICKUP, TRANSDUCER, MOTIONAL, MFG NAME: MTU AMERICA, PART_NBR: 23520795
QTY: 40 EA DESIRED DELIVERY DATE IS 9/07/2018. INDICATE YOUR BEST DELIVERY DATE: ____________
*INDIVIDUALLY PACKAGED AND LABELED IAW MIL-STD-2073-1E, MIL-STD-129R,
ISO/IEC-16388-2007*
Item 0007: NSN: 2815 01-646-2828, HEATER BLOCK KIT, MDE3 BLOCK HEATER KIT, MFG NAME: MTU AMERICA, P/N: 23536815
QTY: 25 KT DESIRED DELIVERY DATE IS 9/07/2018. INDICATE YOUR BEST DELIVERY DATE: ____________
*INDIVIDUALLY PACKAGED AND LABELED IAW MIL-STD-2073-1E, MIL-STD-129R,
ISO/IEC-16388-2007*
Item 0008: NSN: 4710-01-647-2500, TUBE METALLIC, MFG NAME: MTU AMERICA, P/N: 23525275
QTY: 12 EA DESIRED DELIVERY DATE IS 9/07/2018. INDICATE YOUR BEST DELIVERY DATE: ____________
*INDIVIDUALLY PACKAGED AND LABELED IAW MIL-STD-2073-1E, MIL-STD-129R,
ISO/IEC-16388-2007*
Item 0009: NSN: 6150-01-659-2754, CABLE ASSEMBLY, SPECIAL PURPOSE TUBE, METALLIC, MFG NAME: MTU AMERICA, P/N: 23525135
QTY: 4 EA DESIRED DELIVERY DATE IS 9/07/2018. INDICATE YOUR BEST DELIVERY DATE: ____________
*INDIVIDUALLY PACKAGED AND LABELED IAW MIL-STD-2073-1E, MIL-STD-129R,
ISO/IEC-16388-2007*
Item 0010: NSN: 2990-01-659-2501, HOUSING, CHARGE AIRCOOLER, MFG NAME: MTU AMERICA, P/N: 23538685
QTY: 7 EA DESIRED DELIVERY DATE IS 9/07/2018. INDICATE YOUR BEST DELIVERY DATE: ____________
*INDIVIDUALLY PACKAGE IN ACCORDANCE WITH MILSTD-2073-1E-METHOD 10.
THE CHARGE AIR HOUSING IS TO BE PACKED IN A CARDBOARD BOX, WITH SUFFICIENT DUNNAGE, IF NOT NORMALLY PACKAGED IN A WOODEN BOX TO PROTECT THE PART DURING SHIPPMENTS.*
Item 0011: NSN: 5340-01-667-5139, HANGER PIPE, MFG NAME: MTU AMERICA, P/N: 23525269
QTY: 12 EA DESIRED DELIVERY DATE IS 9/07/2018. INDICATE YOUR BEST DELIVERY DATE: ____________
*INDIVIDUALLY PACKAGED AND LABELED IAW MIL-STD-2073-1E, MIL-STD-129R,
ISO/IEC-16388-2007*
Item 0012: NSN: 5330-01-590-7306, GASKET, THERMOSTAT HOUSING, THERMOSTAT HOUSING GASKET. MFG NAME: MTU AMERICA, P/N: 23525151
QTY: 175 EA DESIRED DELIVERY DATE IS 9/07/2018. INDICATE YOUR BEST DELIVERY DATE: ____________
*INDIVIDUALLY PACKAGED AND LABELED IAW MIL-STD-2073-1E, MIL-STD-129R,
ISO/IEC-16388-2007*
Item 0013: NSN: 2930-01-599-8465, COOLER CHARGE AIR MFG NAME: MTU AMERICA, P/N: E23539763
QTY: 5 EA DESIRED DELIVERY DATE IS 9/07/2018. INDICATE YOUR BEST DELIVERY DATE: ____________
*INDIVIDUALLY PACKAGED AND LABELED IAW MIL-STD-2073-1E, MIL-STD-129R,
ISO/IEC-16388-2007*
Item 0014: NSN: 2910-01-597-7144, PUMP FUEL METERING FOR 45 RBM MDE MFG NAME: MTU AMERICA, P/N: E23525323
QTY: 8 EA DESIRED DELIVERY DATE IS 9/07/2018. INDICATE YOUR BEST DELIVERY DATE: ____________
*INDIVIDUALLY PACKAGED AND LABELED IAW MIL-STD-2073-1E, MIL-STD-129R,
ISO/IEC-16388-2007*
***INCLUDE SHIPPING COSTS IN WITH THE LINE ITEMS***
(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 (JAN 2017). 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 (3) 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.
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 2017) 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 (Jan 2017) 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 (Jul 2018). The following clauses are incorporated:
a. 52.204-10, Reporting Executive compensation and First Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note).
b. 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31 U.S.C. 6101 note).
c. 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632 (a) (2)).
d. 52.222-3 Convict labor (June 2003) (E.O. 11755)
e. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (EO 11755)
f. 52.222-21, Prohibition of Segregated Facilities (Apr 2015)
g. 52.222-26 Equal Opportunity (Sept 2016)(E.O. 11246)
h. 52.222-36 Affirmative Action for Workers with Disabilities (Jul 2014)(29 U.S.C. 793)
i. 52.222-50, Combating Trafficking in Persons (Mar 2015)
j. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (EO. 13513)
k. 52.225-3, Buy American-Free Trade Agreements- Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42 and 112-43).
l. 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).
m. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Jul 2013)(21 U.S.C. 3332).
n. 52.233-3 Protest after award (Aug 1996)
o. 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) See required documents for scanned copies of each item requested.
(xiii) Defense Priorities and Allocations System (DPAS): N/A
(xiv) QUESTIONS ARE DUE BY THURS. 8/02/18 AT 4 PM EST.
QUOTES ARE DUE BY MON. 8/06/18 AT 4 PM EST. Proposals may be emailed
to [email protected].
(xv) Point of Contact: Carolyn Ward, Purchasing Agent, Tele. No. 410-762-6601, email
address: [email protected].