VARIOUS FURUNO PARTS
(i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this no... (i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. (ii) Solicitation number HSCG40-19-Q-BL025 applies and is issued as a Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through FAC 2019-01 (20 DEC 2018). (iv) This procurement is UNRESTRICTED. The North American Industry Classification System (NAICS) code is 336611 and the business size standard is 1250. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. (v) Line item one: NSN: 5830-01-528-8996 BRAND NAME ONLY FURUNO USA MICROPHONE STATION ****** OFFICIAL PART NUMBER IS = 000-150-016-11 USCG BOAT CLASSES: 24SPC-SW (116) / 25RBS (096) / 26TANB (162) / 33SPC-LE (115) ITEM NAME MICROPHONE STATION OVERALL LENGTH 108.2 MILLIMETERS NOMINAL OVERALL HEIGHT 41.5 MILLIMETERS NOMINAL OVERALL WIDTH 59.3 MILLIMETERS NOMINAL BASIC SHAPE STYLE IRREGULAR CIRCUIT CONSTRUCTION TYPE SOLID STATE FREQUENCY PER CHANNEL 70.0 HERTZ NOMINAL OUTPUT CHANNEL CONNECTION TYPE AND LOCATION INTEGRAL CABLE W/AUDIO PLUG BOTTOM COMMERICAL PACKAGING ACCEPTABLE MFG NAME: FURUNO USA INC PART_NBR: DM-2003 QUANTITY: 42EA DELIVERY DATE ON OR BEFORE 27 AUGUST 2019 Line item TWO: NSN: 5998-01-652-3518 BRAND NAME ONLY FURUNO USA INDICATOR, BRG-HDG, PG700 ANGULAR VELOCITY SENSOR AND MAGNETIC BEARING SENSOR INCORPORATED AUTOMATIC DETERMINATION OF INSTALLATION SITE SUITABILITY L-SHAPED MOUNTING BASE FOR MOUNTING ON BULKHEAD OUTPUT OF MAGNETIC BEARING DATA TO FURUNO CAN BUS DEVICE INCLUDES 6 METER, DOUBLE-ENDED NMEA2000 MICRO CABLE COMMERICAL PACKING OK MFG NAME: FURUNO USA INC PART_NBR: PG700 QUANTITY: 15EA DELIVERY DATE ON OR BEFORE 27 AUGUST 2019 Line item THREE: NSN: 5845-01-612-7824 BRAND NAME ONLY FURUNO USA TRANSDUCER, SS60-SLTD/20 INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MILSTD- 2073-1E METHOD 10, INDIVIDUALLY LABELED AND PACKED IN AN APPROPRIATELY SIZED ASTM-D5118 CARDBOARD BOX. COMMERCIAL PACKING OK MFG NAME: FURUNO USA INC PART_NBR: SS60-SLTD/20 QUANTITY: 12EA DELIVERY DATE ON OR BEFORE 27 AUGUST 2019 Line item FOUR: NSN: 7025-01-616-1486 BRAND NAME ONLY FURUNO USA DISPLAY UNT, RD33 GPS UNIT DISPLAY FOR 32' TPSB VESSELS FOR AIDING IN NAVIGATION. INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MILSTD- 2073-1E METHOD 10, CUSHIONED AND PACKED IN AN APPROPRIATELY SIZED ASTM-D5118 CARDBOARD BOX. COMMERCIAL OFF THE SHELF FURUNO PACKAGING IS ACCEPTABLE. MFG NAME: FURUNO USA INC PART_NBR: RD33 QUANTITY: 9EA DELIVERY DATE ON OR BEFORE 27 AUGUST 2019 **ANY SHIPPING CHARGES, ADD TO THE LINE ITEM. FOB DESTINATION** (vi) Place of Delivery: Surface Forces Logistics Center, Receiving Room- BLDG. 88, 2401 Hawkins Point Road, Baltimore, MD 21226. (vii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.acquisition.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (Oct 2018). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses 2) discounts for prompt payment if applicable 3) cage code 4) Dun & Bradstreet number 5) Taxpayer ID number 6) Price and delivery information 7) Provide one (1) relevant past performance reference including name of contractor, point of contact and telephone number. 8) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (viii) FAR 52.212-2 Evaluation-Commercial Items (Oct 2014). - The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. Award will be lowest technically acceptable. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the lowest technically acceptable. The evaluation and award procedures in FAR 13.106 apply. The U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. (ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Oct 2018) shall be submitted with their offers. The use of the System for Award Management (SAM) website located at https://www.sam.gov/portal is mandatory. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision FAR 52.212-3 which can be obtained electronically at https://www.acquisition.gov. (x) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2018) applies to this acquisition. The following addendum applies: Address for submission of invoices is U.S. Coast Guard Finance Center, 1430A Kristina Way, Chesapeake, VA 23326-3635. (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Jan. 2019). The following clauses are incorporated: a. 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). b. 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a) f. 52.222-3 Convict labor (June 2003) (E.O. 11755) g. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (EO 11755) h. 52.222-21, Prohibition of Segregated Facilities (Apr 2015) i. 52.222-26 Equal Opportunity (Sept 2016)(E.O. 11246) j. 52.222-36 Affirmative Action for Workers with Disabilities (Jul 2014)(29 U.S.C. 793) k. 52.222-50, Combating Trafficking in Persons (Mar 2015) l. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (EO. 13513) m. 52.225-3, Buy American-Free trade Agreements- Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C 4001 note, Pub L. 103-182,108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43) n. 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O's, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). o. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Jul 2013) (21 U.S.C. 3332). p. 52.233-3 Protest after award (Aug 1996) q. 52.233-4 Applicable Law for Breach of Contract Chain (Oct. 2004). The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. HSAR 3052.242-71 Dissemination of Contract Information (Dec 2003); Copies of HSAR clauses may be obtained electronically at: Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov (xii) See required documents for scanned copies of each item requested. (xiii) Defense Priorities and Allocations System (DPAS): N/A (xiv) Proposals may be emailed to Kim.J.Wooters@uscg.mil (xv) Point of Contact: Kimberly Wooters, Purchasing Agent, Tele. No. 410-762-6508, Email: Kim.J.Wooters@uscg.mil
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »