Maryland Bids > Bid Detail

IMPRESSED CURRENT CATHODIC/ANODE ASSEMBLY

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • 20 - Ship and Marine Equipment
Opps ID: NBD00159927053500637
Posted Date: Nov 15, 2021
Due Date: Nov 22, 2022
Solicitation No: 70Z08022QAJ006
Source: https://sam.gov/opp/ce1c780024...
Follow
IMPRESSED CURRENT CATHODIC/ANODE ASSEMBLY
Active
Contract Opportunity
Notice ID
70Z08022QAJ006
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
SFLC PROCUREMENT BRANCH 1(00080)
General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 15, 2021 11:01 am EST
  • Original Date Offers Due: Nov 22, 2022 01:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Dec 07, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 2090 - MISCELLANEOUS SHIP AND MARINE EQUIPMENT
  • NAICS Code: 333999 - All Other Miscellaneous General Purpose Machinery 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:





Line: 1





NSN: 5342 99-133-5325



COPPER ANODE 1 YEAR



VESSEL CLASS WPC- 154



DESCRIPTIVE/ FRC



SPEC DATA:



ANODE,



IMPRESSED CURRENT, CATHODIC / ANODE ASSEMBLY



WITH NYLON / INSULATOR, O RING, FULL AND HALF BRASS.





I YEAR COPPER ANODE USED IN THE SEA WATER



COOLING PIPING FOR THE FRC. ANODE



MEASURES 2.5" IN DIAMETER X 9 INCHES LONG.





INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MILSTD-2073-1E METHOD 10, CUSHIONED AND



PACKED IN AN APPROPRIATELY SIZED ASTM-D5118



SINGLE-WALL FIBERBOARD BOX.





FAILURE TO MEET THE PACKING, PACKAGING, MARKING AND BARCODING 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





MFG NAME: CATHELCO LTD





PART_NBR: PAAZRRY037FT





Quantity: TWO HUNDRED (200) EACH





Subsititute 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. It is the Government’s belief that CATHELCO LTD and/or their authorized distributors can obtain the required OEM parts. Concerns having the expertise and required capabilities to provide these items are invited to submit complete information discussing the same within two (02) calendar days from the day this notice is 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 and verifying the OEM will supply OEM genuine OEM parts.





The items are used on various US Coast Guard vessels. All items will be individually packaged and bar-coded in accordance with Coast Guard specification IAW SP-PP&M-001. 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, 2401 Hawkins Point Road, Baltimore MD 21126, Mark for: Receiving Room Bldg 88.





Required delivery date: 10/08/2022 OR AS SOON AS POSSIBLE





This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2021-06 July 12, 2021



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 333999 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. 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.





The closing date and time for receipt of quote is NOVEMBER 22, 2021, at 1:00 PM Eastern Standard Time





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 (June 2016); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (June 2016) 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 (May 2015); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (June 2016). 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 2011)(15 U.S.C. 644), FAR 52.219-28, Post Award Small Business Program representation (Jul 2013)(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 (Feb 2016) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (April 2015); FAR 52.222-26, Equal Opportunity (April 2015)(E.O. 11246); FAR 52.222-36, Equal Opportunity for workers with disabilities (July 2014); FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); FAR 52.225.1 Buy American Act-Supplies (May 2014); FAR 52.225-3, Buy American Act-Free Trade Agreement (May 2014)(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-Central Contractor Registration (July 2013)(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
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
  • Nov 15, 2021 11:01 am ESTCombined 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 >