Maryland Bids > Bid Detail

PUMP, JACKET WTR, 8 CYL, WTGB

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • 43 - Pumps and Compressors
Opps ID: NBD00159309020628722
Posted Date: Feb 28, 2023
Due Date: Mar 15, 2023
Solicitation No: 70Z08523Q49003B00
Source: https://sam.gov/opp/1b15df864a...
Follow
PUMP, JACKET WTR, 8 CYL, WTGB
Active
Contract Opportunity
Notice ID
70Z08523Q49003B00
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
SFLC PROCUREMENT BRANCH 2(00085)
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: Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 28, 2023 12:57 pm EST
  • Original Date Offers Due: Mar 15, 2023 12:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Mar 30, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 4320 - POWER AND HAND PUMPS
  • NAICS Code:
    • 336611 - Ship Building and Repairing
  • Place of Performance:
    Curtis Bay , MD 21226
    USA
Description

  1. combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR Part 12 - Acquisition of Commercial Products and Commercial Services | Acquisition.GOV and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued.

  2. Request for Quote number in header applies and is used as the solicitation number. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87, effective, 7 March 2016.

  3. It is anticipated that a Best Value purchase order shall be awarded as a result of this synopsis/solicitation. All responsible sources may submit a quotation, (vendor must have an active registration in SAM.Gov prior to award) which if timely received, shall be considered by this agency.

  4. Payments are NET 30 and will be made in accordance with the FAR 52.232-25 Prompt payment clause 52.232-25 Prompt Payment. | Acquisition.GOV.

  5. All acquisitions expected to exceed $2,500 can also be found on SAM.GOV under the same solicitation/RFQ listed in the header.

  6. The U.S. Coast Guard, Surface Forces Logistics Center (SFLC) intends to award a Firm Fixed Price Purchase Order.

  7. The United States Coast Guard Surface Forces Logistics Center has a requirement for the following items:





Vendor shall provide:



VENDOR NAME:





ADDRESS TO SEND REPAIRABLE ASSETS:





VENDOR SAM.GOV UNIQUE IDENTITY ID (UEI):







It is the Governments belief that only FAIRBANKS MORSE LLC and/or their authorized repair facilities can obtain the required technical and engineering data and genuine OEM parts required to successfully repair these items. YOU MUST BE AN AUTHORIZED DISTRIBUTOR OR DEALER OF FAIRBANKS MORSE LLC AND PROVIDE WRITTEN DOCUMENTATION FROM THIS VENDOR. Contractors having the expertise and required capabilities to repair these items are invited to submit complete information discussing the same.





PLEASE PROVIDE INSPECTION PRICING PER ITEM BELOW. The pricing shall also include the price of disposal if the item is beyond economical repair



NSN: 4320 01-136-4889



P/N: 16601846



QUANTITY: 7



UNIT OF ISSUE: EA



MFG: FAIRBANKS MORSE DEFENSE





Will the Inspection Charge be waived if the assets are being repaired? Yes_____ No_____



(This will not be a factor used to award this contract)



Replacement cost for new Item (if available): $ ___________



(This price will be used by the government to determine if the unit is beyond economical repair)



Inspection Report(s) - __14___ calendar days from the date Government-Furnished Material is received at the Contractor’s facility. Coast Guard Review __14__ calendar days after receipt of inspection.



TEST AND INSPECTION REPORTS shall be submitted IAW attached Scope of Work / Repair Description and include your price to repair each item.



EVALUATION In accordance with FAR part 6.1 award shall be made without discussion unless the Contracting Officer determines discussions are necessary. Quotations received in response to this synopsis/solicitation shall be evaluated on a best value basis utilizing the following technical, price and price-related factors:




  1. Technical Capability.





Technical capability shall be evaluated on the company’s ability to meet all requirements of this solicitation, based upon attached Scope of Work and access to required drawings and specifications needed to repair the items.






  1. Past Performance.



Past performance shall be evaluated based on previous contracts completed during the past three years or currently in process for the same type of services that are being solicited under this requirement. Contracts may include those entered into by the Federal Government, agencies of the state and local governments, and commercial customers. The Company shall include past performance information for any major subcontractor to be utilized during performance and must be relevant to the scope of work they may perform under the Purchase Order resulting from this solicitation. The Company shall supply at least three (3) contracts completed during the past three years or currently in process for the same services that are being solicited under this solicitation. References other than those provided by the Company may be contacted by the Government to obtain additional information that shall be used in the evaluation of the company’s past performance. The Government may waive the submission of past performance information by the company if adequate data already exists on file internally.




  1. Delivery Schedule (if applicable). [Any other factors that may be important to the Government for this solicitation may also be included in this section – i.e., warranty, etc.]



4. Price



5. CLAUSES AND PROVISIONS (see attachments)



PRESERVATION, PACKAGING & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS OUTLINED IN PREPARATION FOR DELIVERY BELOW:



- NO SUBSTITUTIONS.



Are you able to meet packaging requirements? Yes ___ No ____



** SHIPPING: FOB DESTINATION REQUIRED. **



PER Federal Acquisition Regulation (FAR) Clause 52.247-34







SHIP TO:



USCG SURFACE FORCES LOGISTICS CENTER



2401 HAWKINS POINT ROAD



RECEIVING ROOM- BUILDING 88



BALTIMORE, MD 21226





Preparation For Delivery





All material must be shipped to U.S. Coast Guard Surface Forces Logistics Center, 2401 Hawkins Point Road, Receiving Room- BLDG 88, Baltimore, MD, 21226 for this Purchase Order. Material must be accompanied by an itemized packaging list securely attached to the outside of the shipment.





All packing lists shall cite the Purchase Order Number with the packaging in such a manner to ensure identification of the material provided.





Material shall be packed for shipment using Military Packaging, for examples in packaging please reference MIL-STD-2073-1E. Material must be packaged in such a manner as to afford adequate protection to the item against corrosion, deterioration, and physical damage during shipment from the supply course to Surface Forces Logistics Center locations.





Packaging shall provide adequate protection for warehouse storage and shipments from the warehouse.





All material shall be marked in accordance with MIL-STD-129R and barcoded unless otherwise authorized by the Contracting Officer. All material will have the Purchase Order Number, National Stock Number (if applicable), Vendor name and Part Number clearly marked on the exterior of all material shipped.





All Deliveries are to be made Monday through Friday between the hours of 8am to 3pm.





Please make sure that any changes in Delivery Timeframes or tracking information get sent to gina.m.baran@uscg.mil





U.S. COAST GUARD APPROVED LABEL SHOULD HAVE THE FOLLOWING




  • NATIONAL STOCK NUMBER (NSN)

  • ITEM NAME

  • PART NUMBER

  • PURCHASE ORDER NUMBER

  • THE WORDS “COAST GUARD SFLC MATERIAL” CONDITION (A)

  • QUANTITY AND UNIT OF ISSUE (I.E)(1-EA)





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.





All invoices must contain the following information:



CG contract number



vendor’s invoice number,



vendor’s UEI, UEI & TINs number,



cage number,



PO item number,



description of supplies or services,



unit prices and extended totals



(INVOICES FOR PURCHASE ORDERS AWARDED BY SURFACE FORCE LOGISTICS CENTER, BALTIMORE ARE TO BE SUMITTED AS NON PO IN IPP).



To submit an invoice, vendor must have access to www.ipp.gov. Additionally, a copy of the invoice must also be sent to the PO Issuing Office at: gina.m.baran@uscg.mil




Attachments/Links
Contact Information
Contracting Office Address
  • COAST GUARD ISLAND, BLDG 50-7
  • ALAMEDA , CA 94501
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Feb 28, 2023 12:57 pm ESTSolicitation (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 >