ODMS PLATE WITH GASKET
Notice ID: 70Z08024QAJ009

Item1) ODMS PLATE WITH GASKET

9999 01 665 3052

MFG: QUANTUM MARINE ENGINEERING

Part number#  QMCOO31020

Quantity: 60 EA

PACKAGING

MIL-STD-2073-1E METHOD 10 IN AN

APPROPRIATELY SIZED

ASTM-D6251 TYPE III, CLASS

1 WOOD-CLEATED PANEL-BOARD SHIPPING BOX, ASTMD6880

CLASS 2

HEAVY DUTY SCREWED

WOODEN BOX OR ASTM-D5118 HEAVY DUTY DOUBLE-WALL

FIBERBOARD

BOX AS APPROPRIATE

CUSHIONED OR SECURED TO PREVENT DAMAGE FROM

MOVEMENT OR

EXTERNAL IMPACTS. ANY

CRATES OR BOXES WEIGHING OVER 50 LBS SHALL BE

SKID MOUNTED

OR SECURED TO AN

APPROPRIATE SIZED PALLET TO FACILITATE FORKLIFT

USE.

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

Required delivery date no later than: 1/29/24


 

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 339991 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 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 1/15/24 9 AM 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 (sep 2017); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (nov 2017) 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 (nov 2017); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Nov 2017). 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 (Sep 2016)(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

Department/Ind.Agency HOMELAND SECURITY, DEPARTMENT OF
Office
SFLC PROCUREMENT BRANCH 1(00080)
Contract Opportunities
Notice Type
Combined Synopsis/Solicitation
Updated Date
2024-01-09
Published Date
2024-01-09
Logo

Don't have an account? Sign Up

Forgot password?

Or log in with