Maryland Bids > Bid Detail

PUMP, FUEL CAM ACTUATED

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • 29 - Engine Accessories
Opps ID: NBD00159838402303353
Posted Date: Mar 30, 2023
Due Date: Apr 6, 2023
Solicitation No: 70Z08023QDL030
Source: https://sam.gov/opp/bdf4da3f0f...
Follow
PUMP, FUEL CAM ACTUATED
Active
Contract Opportunity
Notice ID
70Z08023QDL030
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 30, 2023 02:23 pm EDT
  • Original Date Offers Due: Apr 06, 2023 10:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Apr 21, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 2910 - ENGINE FUEL SYSTEM COMPONENTS, NONAIRCRAFT
  • NAICS Code:
    • 334519 - Other Measuring and Controlling Device Manufacturing
  • Place of Performance:
    Curtis Bay , MD 21226
    USA
Description

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



Item 1)



PUMP, FUEL CAM ACTUATED



NSN: 2910 12-386-9593



PN: X00040978



MFG: ROLLS-ROYCE SOLUTIONS GMBH



QTY: 10 EA



FRC 154' AND EAGLE MTU MDE. EAGLE MDE: MTU 8V 4000 M54, ENG NO. 529 100 038, CCW ROTATION, 1200 HP, 1800 RPM PLEASE USE SUPERCEEDED PART # X52808100010. AS OF 02/23/2021 THERE ARE 15 OF THESE NI STOCK UNDER THE ABOVE PART #.



INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MILSTD-2073-1E METHOD 10, CUSHIONED AND PACKED IN AN APPROPRIATELY SIZED ASTM-D5118 DOUBLE-WALL FIBERBOARD BOX. FAILURE TO MEET THE PACKING, PACKAGING, MARKING AND BAR-CODING REQUIREMENTS WILL RESULT IN WAREHOUSE REJECTION AND ITEMS WILL BE SHIPPED BACK TO VENDOR. MARKING IAW MIL-STD-129R EXCEPT BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY.



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 332999 and the business size standard is 750. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.106 apply.



Substitute parts are not acceptable. It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this synopsis/solicitation. Concerns having the expertise and required capabilities to provide this item are invited to submit complete information discussing the same within two (2) calendar days from the day this notice posted. The data must include sufficient detail to allow the Coast Guard to evaluate the proposal relative to the requirements. The information submitted must include a letter from the OEM verifying the offeror is an authorized distributor verifying the OEM will supply genuine OEM parts.



It is the Government’s belief that only ROLLS-ROYCE SOLUTIONS GMBH and/or their authorized distributor can offer these units.



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 DUNS numbers and be registered with SYSTEMS FOR AWARD MANAGEMENT (www.sam.gov) and shall provide the company Tax Information Number (TIN) with their offer.



Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore MD 21226, Bldg. 88 Mark for: Receiving Room



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



The closing date and time for receipt of quote is April 06, 2023, at 10:00 am 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 Items (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.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Dec 2022); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (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 52.219-28, Post Award Small Business Program representation (Oct 2022)(15 U.S.C. 632(a)(2); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 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, Combat Trafficking in Persons (October 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 (Oct 2022)(41 U.S.C. 10a-10d); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021); 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
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 30, 2023 02:23 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 >