Federal Bid

Last Updated on 16 Nov 2010 at 9 AM
Combined Synopsis/Solicitation
Location Unknown

SENSOR, CONDUCTIVITY

Solicitation ID HSCG40-11-Q-AC003
Posted Date 15 Oct 2010 at 12 PM
Archive Date 16 Nov 2010 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Sflc Procurement Branch 2(00085)
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 parts:

ITEM 1) NSN # 4620 01-574-8980. SENSOR, CON DUCTIVITY SENSOR USED IN THE REVERSE OSMOSIS DISTILLING PLANT ON THE USCG 418 FT. WMSL NSC. MFG. LIFESTREAM WATERSYSTEMS INC. DBA LIF.

Part # PM388602
Quantity: 6 Each
Delivery on or before: 1/5/11

ITEM 2) NSN # 4620 01-575-6389. SENSOR, CONDUCTIVITY SENSOR USED IN THE REVERSE OSMOSIS DISTILLING PLANT ON THE USCG 418 FT.USCG NSC. MFG. LIFESTREAM WATERSYSTEMS INC. DBA LIF.

Part # PM388601
Quantity: 6 Each
Delivery on or before: 1/5/11

ITEM 3) NSN # 4730 01-588-1081. REPAIR KIT, END PLUG. END PLUG KIT ASSEMBLY USED IN THE REVERSE OSMOSIS DISTILLING PLANT ON THE USCG 418 FT. NSC, WMSL. MFG. LIFESTREAM WATERSYSTEMS INC. DBA LIF.

Part # MI060503
Quantity: 8 Each
Delivery on or before: 12/5/10

ITEM 4) NSN # 5310 01-588-1095. GASKET, CAP NUT USED IN THE REVERSE OSMOSIS DISTILLING PLANT ON THE 418 FT. USCG NSC, WMSL. MFG. LIFESTREAM WATERSYSTEMS INC. DBA LIF.

Part # MI020037
Quantity: 4 Each
Delivery on or before: 12/5/10

ITEM 5) NSN # 5331 01-588-0451. O-RING. O-RING USED IN THE REVERSE OSMOSIS DISTILLING PLANT ON THE USCG 418 FT. NSC, WMSL. MFG. LIFESTREAM WATERSYSTEMS INC. DBA LIF.

Part # EC091033
Quantity: 36 Each
Delivery on or before: 12/5/10

The items are used on the US Coast Guard 418. 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. 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.

Substitute parts are not acceptable.

It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this synopsis/solicitation. It is the Government's belief that only Lifestream Watersystems Inc. DBA LIF. and/or their authorized distributors can obtain the required technical and engineering data, and genuine OEM parts, required to successfully provide these items. Concerns having the expertise and required capabilities to provide these items are invited to submit complete information discussing the same within three (3) calendar days from the day of this notice is posted. The information submitted must include a letter from the OEM verifying the offeror is an authorized distributor, and verifying the OEM will supply only genuine OEM parts.

This is a combined synopsis/solicitation prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-42 (JUL 2010) 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 333319 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 Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is 01 NOVEMBER 2010_, at _ 12:00_ p.m. Eastern Standard Time.

 

The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (JUN 2008); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (AUG 2009) 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 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards (JUL 2010); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JUN 2010); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JUL 2010). The following clauses listed within FAR 52.212-5 are applicable: 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 (Aug 09)(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 (Jun 1998)(29 U.S.C. 793); FAR 52.225-3, Buy American Act-Free Trade Agreement (Jun 2009)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: HSAR 3052.209-70, Prohibition on Contracts with Corporate Expatriates (Jun 2006). 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

NOTICE FOR FILING AGENCY PROTESTS - United States Coast Guard Ombudsman Program

It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accountability Office (GAO).

Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman.

Informal forum with the Ombudsman: Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the USCG Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable).

Formal Agency Protest with the Ombudsman: Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103. If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e).
Formal protests filed under the OPAP program should be submitted to:
Department of Homeland Security
United States Coast Guard (CG-9131)
Ombudsman Program for Agency Protests
1900 Half Street, SW, Room 11-0602
Washington, D. C. 20593-0001
FAX: 202.475.3904
The Ombudsman Hotline telephone number is 202.372.3695
procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the USCG Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable).

Formal Agency Protest with the Ombudsman: Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103. If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e).
Formal protests filed under the OPAP program should be submitted to:
Department of Homeland Security
United States Coast Guard (CG-9131)
Ombudsman Program for Agency Protests
1900 Half Street, SW, Room 11-0602
Washington, D. C. 20593-0001
FAX: 202.475.3904
The Ombudsman Hotline telephone number is 202.372.3695

 

Bid Protests Not Available

Similar Past Bids

Baltimore Maryland 15 May 2017 at 6 PM
Location Unknown 29 Jun 2009 at 11 PM
Bremerton Washington 23 May 2025 at 10 PM
Bremerton Washington 28 May 2025 at 1 PM
Bremerton Washington 29 May 2025 at 4 PM

Similar Opportunities

Hill air force base Utah 02 Nov 2026 at 5 AM
Pennsylvania 03 Aug 2025 at 4 AM (estimated)
Pennsylvania 03 Aug 2025 at 4 AM (estimated)
Los angeles California 10 Jul 2025 at 6 PM
Boulder city Nevada 16 Jul 2025 at 9 PM