Maryland Bids > Bid Detail

PLUG, SIZE 4

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • 59 - Electrical and Electronic Equipment Components
Opps ID: NBD00159529798290379
Posted Date: Mar 20, 2023
Due Date: Apr 3, 2023
Solicitation No: 70Z08023QCV170
Source: https://sam.gov/opp/1c580b809a...
Follow
PLUG, SIZE 4
Active
Contract Opportunity
Notice ID
70Z08023QCV170
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 20, 2023 11:13 am EDT
  • Original Date Offers Due: Apr 03, 2023 10:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 18, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5935 - CONNECTORS, ELECTRICAL
  • NAICS Code:
    • 334513 - Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
  • 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)



PLUG, SIZE 4



NSN: 5935 01-668-4795



PN: PC4-TX04-0952



MFG: CAVOTEC USA INC.



QTY: 26 EA



COMPONENT OF THE SHORE POWER ASSEMBLY / FEMALE PLUG PUSH AND PULL TYPE



The items are used on various US Coast Guard vessels. All items shall be individually packaged and marked IAW the above packaging requirements. Inspection and acceptance shall take place at Destination after verification of preservation, individual packaging and marking/bar coding 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, BLDG. 88A – Receiving Room, 2401 Hawkins Point Road, Baltimore MD 21226.



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



NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY.



Brand Name part is mandatory to be considered for award, offers of “equal” products must meet the salient physical, functional, or performance characteristic specified in this solicitation and USCG will determine if alternate part is acceptable.



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 334519 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 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 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 April 03, 2023, at 10:00 pm Eastern Standard Time



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.



Justification for Sole Source Justification for Simplified Acquisition Threshold



1. Vessel: 154’ WPC Fast Response Cutters



2. PR#_____________________________



3. Description of Supplies or Services: The purchase of twenty six (26) Electrical Plugs, Size 4, P/N: PC4-TX04-0952, NSN 5935-01-668-4795, components of the 154’ WPC Fast Response Cutters Electrical Power Connection.



4. Estimated Value of Procurement:



5. Source Available (OEM):



Name: CAVOTEC USA INC. (OEM)



Address: 333 Oats Road



Mooresville, NC. 28817



6. Pursuant to FAR Subpart 13.106-1 (b), the Contracting Officer may solicit from one source if they determine that the circumstances of contract action deem only one source reasonably available:



Check the appropriate reason below:



X Brand Name Mandatory



7. Impact Statement:



The Connector listed above must conform to design, material, size and operational requirements. The Connectors are standard throughout the 154’ WPC Fast Response Cutters and must mount, connect and interface with the existing Shore Connector Electrical Systems and associated components. The Connector listed above are used to connect the vessel’s electrical power when the vessel is in port. The receptacle is fixed to the shore and vessel and the plug is attached to a cable that plugs into both receptacles. Any attempt to manufacture this Connector without the proper specifications, drawings and technical data could cause overload, electrical fire, equipment failure and subsequent failure to meet unit mission requirements possibly causing loss of life and property. Any failure of substituted parts would jeopardize the safety of the vessel and crew.



8. Explain why an adequate purchase description or other information suitable to solicit by Full and Open Competition has not been developed or are not suitable.



The Connector are proprietary items of the proposed Contractor. The required Connector is standard catalog items with custom features for use on the 154’ WPC Cutters. The overall design of the Shore Electrical Connection Systems for the Coast Guard 154’ WPC vessels were set by the manufacturer of the vessel and approved by the Coast Guard Program Manager. The reproduction manufacturing drawings, specifications and other technical data have not been purchased. Thomas & Betts Corp is a Contractor that can guarantee interchangeability. The Coast Guard did not purchase the rights to the technical data when the Connectors were originally procured as part of the Shore Electrical Connection Systems onboard the 154’ Wpc vessels. Authorized distributors shall provide documentation certifying the Connectors meet Thomas & Betts Corp standards and specifications as they apply to the Coast Guard 154’ WPC configuration.



9. Provide a Statement of Actions, if any, the government may take to remove or overcome any barriers to competition before future acquisitions are required. COR will continue to conduct market research with a focus on the locating vendors with the required specialized capabilities needed for this type of work, however without technical data described above obtaining full and open competition will be very difficult.


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 20, 2023 11:13 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 >