Maryland Bids > Bid Detail

CIRCUIT BREAKER

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • 59 - Electrical and Electronic Equipment Components
Opps ID: NBD00159650613281340
Posted Date: Mar 29, 2023
Due Date: Apr 10, 2023
Solicitation No: 70Z08023QCV139
Source: https://sam.gov/opp/4a950c9371...
Follow
CIRCUIT BREAKER
Active
Contract Opportunity
Notice ID
70Z08023QCV139
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 29, 2023 02:10 pm EDT
  • Original Date Offers Due: Apr 10, 2023 10:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 25, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5925 - CIRCUIT BREAKERS
  • NAICS Code:
    • 332510 - Hardware 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)



CIRCUIT BREAKER



NSN: 5925 12-392-7809



PN: 3VL3720-1DC33-0AB1



MFG: SIEMENS AG VERTRIEB ULTRASCHALL



QTY: 20 EA



SHIPS MAIN SERVICE POWER SWITCHBOARD CIRCUIT BREAKER. P/N OBSOLETE NEW P/N CONSISTS OF 3 SEPERATE PARTS PART# 3VA12205 EF320AA0 +3VA99080BB27 (UV RELEASE 400-480V) + 3VA99880AA12 (AUX SWITCH).



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.



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 resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.106 apply. The NAICS code for this solicitation is 332510 and the business size standard is 500.



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



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



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 Commercial 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 Brand Name Mandatory for



Acquisitions under $150K



1. Vessel: 154’ WPC Fast Response Cutter



2. PR#_____________________________



3. Description of Supplies or Services:



The purchase of twenty (20) Circuit Breakers, P/N: 3VL3720-1DC33-0AB1, NSN: 5925-12-392-7809 used as part of the Ships Service Power Switchboard onboard the 154’ WPC vessels.



4. Estimated Value of Procurement:



5. Source Available:



Siemens AG Vertrieb Ultraschall (OEM)



Suedwestpark 108



Nuremberg



Germany 90449



Shepherd Electric Supply



7401 Pulaski Highway



Baltimore, MD 21237-2529



301-595-9000



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:



XX Brand Name Mandatory



7. Impact Statement:



In accordance with FAR 13.106-1 (b), Application for Brand Name Approval: “The justification should indicate that the use of such descriptions in the acquisition is essential to the Government’s requirements, thereby precluding consideration of a product manufactured by another company.” This contract is intended to enable the Coast Guard to keep these vessels at their original operating capability, current mission requirements and maintain configuration/logistics control. Working in partnership with the OEM is in the best interest of the Coast Guard. The Circuit Breakers must conform to design, materials, size and operational requirements as well as be compatible with the existing electrical systems onboard. These Circuit Breakers are a critical part of the electrical distribution system which is an engineered system and direct component replacement avoids the potential changes of other engineered elements within this system. The reliability of these Circuit Breakers, which may be the most important, is critical to mission and personnel safety. It is not uncommon for these vessels to experience hazardous weather and heavy sea conditions or conduct critical timely maneuvers during the course of normal operations. These operations include search and rescue, counter drug operations, counter-migrant operations and homeland security missions. In the conditions stated above, these vessels can become very unstable and/or operate in close proximity to other vessels or fixed objects. The Siemens Circuit Breakers identified in this acquisition were designed and tested to meet the vessel manufacturer requirements and specifications. The failure of these Circuit Breakers during active operations could cause personal injury as well as reduced or complete loss of electrical power to vital systems and possible electrical fire which could lead to a multitude of other critical casualties. The reliability of the Circuit Breakers is known and acceptable; they have met Coast Guard mission requirements and safety standards through ten years of unrestricted use and thousands of operational hours. There are other Circuit Breaker manufacturers available, however determining the equivalency of any non-Siemens Circuit Breakers will require operational testing, design reviews and system/sub-system re-engineering to determine their suitability. This effort will require costs that would be diverted from other logistics elements which then would impact other support areas for the 154’ WPC. Failing to perform these additional efforts and accepting without evaluation other so called equivalent Circuit Breakers is unacceptable and may result in potential personal injuries, reduced reliability, reduced safety, increased maintainability and increased logistical costs which will impact CG Mission requirements.



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.



All reproduction manufacturing drawings, specifications, and other technical data pertaining to the Siemens Circuit Breakers were not purchased when these vessels were purchased by the Coast Guard and are not available for use by the Coast Guard now. The Coast Guard does not possess manufacturing data required to obtain full and open competition. Furthermore, the scope of manufacturing, special tools and equipment required to manufacture the Circuit Breakers are unknown. The technical data needed is proprietary. Without the adequate data, the Coast Guard is not capable of evaluating equal or alternate Circuit Breakers manufactured by other than the OEM. The use of OEM Circuit Breakers will ensure components and processes are sufficient to enable physical and functional interchangeability, as well as identifying source, size, configuration and performance requirements.



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
No attachments or links have been added to this opportunity.
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 29, 2023 02:10 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 >