Maryland Bids > Bid Detail

PUMP UNIT ROTARY

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • 43 - Pumps and Compressors
Opps ID: NBD00159153351821899
Posted Date: Mar 17, 2023
Due Date: Mar 28, 2023
Solicitation No: 70Z08023Q22030B00
Source: https://sam.gov/opp/cbc50de4e4...
Follow
PUMP UNIT ROTARY
Active
Contract Opportunity
Notice ID
70Z08023Q22030B00
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
SFLC PROCUREMENT BRANCH 1(00080)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 17, 2023 11:59 am EDT
  • Original Date Offers Due: Mar 28, 2023 10:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 12, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 4320 - POWER AND HAND PUMPS
  • NAICS Code:
    • 333914 - Measuring, Dispensing, and Other Pumping Equipment Manufacturing
  • Place of Performance:
    Curtis Bay , MD 21226
    USA
Description

The United States Coast Guard Surface Forces Logistics Center has an emergent requirement and requesting quotations for the following part:



Item 1)

PUMP UNIT ROTARY



NSN: 4320 01-688-4624



PN: H100B/184TRH



MFG: MEGATOR CORP.



QTY: 5 EA



MEGATOR MODEL H100B BRONZE DIRECT COUPLED PUMP UNIT RIGHT HAND DRIVE H100B/184TRH (BSI# 6262491) CONDITIONS OF SERVICE CAPACITY (MAX) 10 GPM MAX. TOTAL HEAD 250 FT. / 110 PSI (LESS SUCTION BELOW) MAX. TOTAL SUCTION LIFT 23 FT. PUMP SPEED 1175 RPM



Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore MD 21126, Mark for: Receiving Room bldg. 88



This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2023-01 (Dec 2022) 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 335999 and the business size standard is 500. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.106 apply.



The U.S. Coast Guard intends to award on an all or none basis to a responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government. Award will be lowest price technically acceptable. The Coast Guard intends to award on a Firm Fixed Price Contract.

All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid UEI and be registered with SYSTEMS FOR AWARD MANAGEMENT (www.sam.gov) and shall provide the company Tax Information Number BY:



March 28, 2023, at 10:00 pm Eastern Standard Time



All Deliveries are to be made Monday through Friday between the hours of 7:00AM to 1:00PM.



Invoicing In IPP



It is now a requirement that all invoicing for Purchase Orders will now be entered and processed through https://www.ipp.gov.



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



__HSAR 3052.209-70 Prohibition on contracts with corporate expatriates (June 2006)



(End of provision)



The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (Nov 2021); FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commecail Services (Dec 2022) 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.aquisition.gov ; FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Dec 2022); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Dec 2022). The following clauses listed within FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015), 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553), 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note) 52.212-5 are applicable: FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020)(15 U.S.C.644), FAR 52.219-28, Post Award Small Business Program representation (Oct 2022)(15 U.S.C. 637(m); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Oct 2022) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (April 2015); FAR 52.222-26, Equal Opportunity (Sep 2016)(E.O. 11246); FAR 52.222-36, Equal Opportunity for workers with disabilities (Jun 2020); FAR 52.222-50, Combating Trafficking in Persons (Oct 2020)(22 U.S.C.Chapter 78 and E.O. 13627); FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Jun 2020) (E.O. 13513); FAR 52.225.1 Buy American Act-Supplies (Oct 2022); FAR 52.225-3, Buy American Act-Free Trade Agreement (Dec 2022)(41 U.S.C. 10a-10d); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018)(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


Attachments/Links
Contact Information
Contracting Office Address
  • 300 EAST MAIN ST, STE 950, VESS DIV
  • NORFOLK , VA 23510
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 17, 2023 11:59 am EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >