Federal Bid

Last Updated on 14 May 2015 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

SEARCHLIGHT

Solicitation ID HSCG40-15-Q-ZC084
Posted Date 23 Apr 2015 at 2 PM
Archive Date 14 May 2015 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Sflc Procurement Branch 3(00040)
Agency Department Of Homeland Security
Location United states
The United States Coast Guard Surface Forces Logistics Center has a requirement and requesting quotations for the following part:

Item 1)
NSN: 6220-01-536-1038
SEARCHLIGHT, 350 WATT ARC, 25 MILLION CANDLEPOWER
12" HEAD, REMOTE ELECTRIC BEAM FOCUS (1 - 15 DEGREES), EXTERNAL MANUAL BEAM-SIZE FOCUS KNOB, NICKEL REFLECTOR, DOOR INTERLOCK SAFETY SWITCH, ALUMINUM AND STAINLESS STEEL CONSTRUCTION, POWDER COAT FINISH, EXCEEDS 385 DEGREE ROTATION (WITH SLIDING STOP), 115 VAC, INFRARED FILTER, OVERALL DIMENSIONS 34" X 21" X 21", WEIGHT IS 65 LBS.
MFG: THE CARLISLE AND FINCH COMPANY
QTY: 10 EA
P/N: XY3-EDE-24ARF3

The items are used on various US Coast Guard vessels. All items will be individually packaged and marked IAW SP-PP&M-001. 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: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY.


This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-81 (Apr 2015) 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 334419. 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 (www.sam.gov) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is Apr 29TH at _2_ 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 (APR 2014); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (MAR 2015) 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 (Dec 2014); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Apr 2015). The following clauses listed within FAR 52.212-5 (Mar 2015) are applicable: FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013)(Pub.L. 109-282)(31 U.S.C. 6101 note); FAR 52.219-28, Post Award Small Business Program Representation (Jul 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 (Jan 2014) (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 Equal Opportunity for Workers with Disabilities (July 2014) (29 U.S.C. 793); FAR 52.223-18 Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Action (May 2014) (41 U.S.C. 10a-10d, 19 U.S.C. 2112 note, Pub L 108-77, 108-78, 108-286, 109-53 and 109-169). (iii) Alternate III (May 2014) FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award (May 2014)(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

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 10 Apr 2009 at 3 PM
Norfolk Virginia 20 Apr 2021 at 7 AM
Location Unknown 29 May 2014 at 12 PM
Location Unknown 28 Aug 2012 at 11 PM
Baltimore Maryland 06 Mar 2007 at 5 AM

Similar Opportunities

Colorado springs Colorado 21 Jul 2025 at 6 PM
Location Unknown 11 Jul 2025 at 3 PM