Maryland Bids > Bid Detail

REAR BUNK SKID PAD KIT

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • 25 - Vehicular Equipment Components
Opps ID: NBD00159467761580082
Posted Date: Aug 1, 2023
Due Date: Aug 10, 2023
Solicitation No: 70Z04023Q50513B00
Source: https://sam.gov/opp/24ba369958...
Follow
REAR BUNK SKID PAD KIT
Active
Contract Opportunity
Notice ID
70Z04023Q50513B00
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
SFLC PROCUREMENT BRANCH 3(00040)
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: Aug 01, 2023 04:05 pm EDT
  • Original Date Offers Due: Aug 10, 2023 02:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Aug 25, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 2590 - MISCELLANEOUS VEHICULAR COMPONENTS
  • NAICS Code:
    • 336611 - Ship Building and Repairing
  • Place of Performance:
    Curtis Bay , MD 21226
    USA
Description

  1. This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR 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. Solicitation number 70Z04023Q50513B00 applies and is used as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-4, effective, (02 June 2023)).

  3. It is anticipated that a competitive price purchase order shall be awarded as a result of this synopsis/solicitation. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency.

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

  5. Quotes will be evaluated 1st by who can provide all the requested items, then delivery time frame and finally by price.

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





PLEASE QUOTE WITH DELIVERY TO ZIP CODE 21226 - NO SUBSTITUTIONS.



Vendor shall provide:



ALL ITEMS LISTED IN THE ATTACHED PARTS LIST AND NO SUBSTITUIONS WILL BE AUTHORIZED WITHOUT APPROVAL FROM USCG YARD TECHNICAL EXPERTS.



ITEM 1): REAR BUNK SKID PAD KIT





NSN: 2590-01-671-4610



29RBS REAR BUNK SKID KIT COMPLETE SET- UHMW



LONG BUNKS (ONE



SIDE).





PART NUMBER: ET050-108SK





QUANTITY: 55





UNIT PRICE:





TOTAL AMOUNT:





REQUIRED DELIVERY DATE ON OR BEFORE: 10/06/2023.





PROMISED DELIVERY DATE: _________________





















** Total cost shall have delivery and any Freight charges included. **



** SHIPPING: FOB DESTINATION REQUIRED. **





SHIP TO:



USCG SURFACE FORCES LOGISTICS CENTER



2401 HAWKINS POINT ROAD



RECEIVING ROOM- BUILDING 88



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 (NOV 2021). 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 (1) 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.



(ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Oct 2018) 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 (Oct 2018) 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 (Jan. 2019). The following clauses are incorporated:




  1. 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note).

  2. 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a)

  3. 52.219-6 Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644)

  4. 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644 ®).

  5. 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632 (a) (2)).

  6. 52.222-3 Convict labor (June 2003) (E.O. 11755)

  7. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (EO 11755)

  8. 52.222-21, Prohibition of Segregated Facilities (Apr 2015)

  9. 52.222-26 Equal Opportunity (Sept 2016) (E.O. 11246)

  10. 52.222-36 Affirmative Action for Workers with Disabilities (Jul 2014) (29 U.S.C. 793)

  11. 52.222-50, Combating Trafficking in Persons (Mar 2015)

  12. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (EO. 13513)

  13. 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)

  14. 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).

  15. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Jul 2013) (21 U.S.C. 3332).

  16. 52.233-3 Protest after award (Aug 1996)

  17. 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) Proposals may be emailed to Yannick.A.Kassi@uscg.mil/



(xv) Kieran Welling has been designated as the POC under this award for any inquiries regarding the requirement. Kieran Welling is NOT a warranted Contracting Officer. Any discussions of contractual requirements do not constitute contractual direction or authorization of any kind. Any changes to the contract terms and conditions must ONLY come from the cognizant Coast Guard warranted Contracting Officer.



E-mail: Kieran.P.Welling@USCG.MIL



PH: 410-636-3372









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 Method. 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 7:00AM to 1:00PM.





Please make sure that any changes in Delivery Timeframes or tracking information get sent to D05-SMB-SFLC-CPD-CP3-SAP-ADMIN@uscg.mil.





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


Attachments/Links
Contact Information
Contracting Office Address
  • 2401 HAWKINS PT RD. BLDG 31 MS 26
  • BALTIMORE , MD 21226
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Aug 01, 2023 04:05 pm 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 >