The RFP Database
New business relationships start here

MULTIPLE ITEMS


Maryland, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

THE USCG SURFACE FORCES LOGISTICS CENTER, LRE PRODUCT LINE HAS A REQUIREMENT TO PROCURE THE ITEMS NOTED BELOW.

QUOTES MAY SUBMITTED BY EMAIL TO Joel.L.Ochoa@USCG.MIL OR FAXED TO 410-762-6570. THE CLOSING DATE AND TIME FOR RECEIPT OF QUOTE IS August 30, 2019 at 1200pm EST.


This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is 811310. This synopsis/solicitation is issued pursuant to FAR 6.203-1 and HSAM 3006.302-1. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.5.


This acquisition is _ unrestricted _X_set aside: _100% for: _X_ small business


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 (SAM) and shall provide the company Tax Information Number (TIN) with their offer.

Substitute part numbers are NOT acceptable.


ITEM #1:
NSN: 5930-01-606-3415
DESCRIPTION: SWITCH, PRESSURE
PART NUMBER: 025-32120-000
MFG: JOHNSON CONTROLS, INC
DESCRIPTIVE DATA:
NAME ITEM NAME SWITCH,PRESSURE
END ITEM IDENTIFICATION CONDENSER,UNIT,REFRIG
FEAT SPECIAL FEATURES CONTROL PRESSURE RANGE 60; HIGH PRESSURE MANUAL


END USE: USCGC WMSL 418 FT NSC - 130 TON AIR CONDITIONING PLANT


INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MIL-STD-2073-1E METHOD 10, CUSHIONED IN A DOUBLE LAYER OF 3/4 IN BUBBLE WRAP AND PACKED IN AN APPROPRIATELY SIZED ASTM-D5118 DOUBLE-WALL FIBERBOARD BOX.


PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS:
MIL-STD-2073-1E METHOD 10                   DATE: 8/13/19
INDIVIDUALLY PACKAGED AND LABELED


INDIVIDUAL PACK & MARK ___YES ___NO BAR-CODE___YES ___NO


QTY: _4_ PRICE: $___________UNIT OF ISSUE: _EA_ TOTAL: $___________

COAST GUARD'S REQUESTED DELIVERY DATE: ON or Before 10/13/2019

VENDORS EARLIEST/BEST DELIVERY: __________ARO ( Day / Week / Month )



ITEM #2:
NSN: 4820-01-583-7241
DESCRIPTION: VALVE, EXPANSION
PART NUMBER: 025-40209-000
ALTERNATE PART NUMBER: TJRE 13 M
MFG: JOHNSON CONTROLS, INC
DESCRIPTIVE DATA:
THERMAL EXPANSION VALVE
DIMENSIONS AND WEIGHT: 18" X 8" X 10", 85 LBS
TJRE 13 M SAE .25 EE .875 ODF X .875 ODF ANG 5 8 A


USED ON THE 130 TON WATER CHILLING PLANT ON BOARD THE USCG 418 FT, WMSL, NSC
MFR ID 477-17721-000
MODEL YCWS0240-46YB
TYPE WATER COOLED CONSENSER
FREON R 134A
CAPACITY 250 LBS


INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MIL-STD-2073-1E METHOD 10, CUSHIONED IN A DOUBLE LAYER OF 3/4 IN BUBBLE WRAP AND PACKED IN AN APPROPRIATELY SIZED ASTM-D6251 TYPE III, CLASS 1 WOOD-CLEATED PANELBOARD SHIPPING BOX OR ASTM-D6880 CLASS 2 HEAVY DUTY SCREWED WOODEN BOX.


PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS:
MIL-STD-2073-1E METHOD 10                                  DATE: 6/6/2011
INDIVIDUALLY BOXED, PACKAGED AND LABELED


INDIVIDUAL PACK & MARK ___YES ___NO         BAR-CODE___YES ___NO


QTY: _2_ PRICE: $___________UNIT OF ISSUE: _EA_ TOTAL: $___________

COAST GUARD'S REQUESTED DELIVERY DATE: ON or Before 10/13/2019

VENDORS EARLIEST/BEST DELIVERY: __________ARO ( Day / Week / Month )



ITEM #3:
NSN: 5330-01-561-7953
DESCRIPTION: GASKET
PART NUMBER: GASKE020375
MFG: JOHNSON CONTROLS, INC
DESCRIPTIVE DATA:
GASKET
P/N: GASKETE020375
GASKET AHX 12D4P1C RED RUBBER 1/8" THK TEMA-C
DIMENSIONS: 1/8" THICK
WEIGHT: 5 LBS


FOR COMPONENT BELOW:
NAVY/CG PLAN 750-WSML (NSC)
MFR DWG BOM 255486-00
MFR ID MHX-1208A-2P
TYPE MHX, SIZE 1208-2P
SZ & LGTH OF TB: .75"OD X 95.625
NO. OF TUBES: 84
END USE: USED ON USCG 418 FT. WMSL AIR CONDITIONING PLANT, HFC-134A 130-TON CAPACITY, CONDENSER PN MHX-1208A-2P


INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MIL-STD-2073-1E METHOD 42. PLACE BETWEEN SHEET OF, OR IN FOLD OF, CORRUGATED FIBERBOARD OF SUFFICIENT STIFFNESS TO RESIST BENDING, OVERWRAP WITH WATERPROOF WRAPPING PAPER CONFORMING TO PPPB-1055 AND SEAL WITH PRESSURE SENSITIVE TAPE CONFORMING TO ASTM-D5486 OR ADHESIVE CONFORMING TO MMMA-260. SEAL IN BAGS CONFORMING TO CLASS B, C OR E OF MIL-DTL-117, USING STIFFENING MATERIAL INTERNALLY IF NEEDED TO MAINTAIN RIGIDITY. (GASKETS)


PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS:
MIL-STD-2073-1E METHOD 42                       DATE: 4/11/2015
INDIVIDUALLY PACKAGED AND LABELED


INDIVIDUAL PACK & MARK ___YES ___NO          BAR-CODE___YES ___NO


QTY: _10_ PRICE: $___________UNIT OF ISSUE: _EA_ TOTAL: $___________

COAST GUARD'S REQUESTED DELIVERY DATE: ON or Before 10/13/2019

VENDORS EARLIEST/BEST DELIVERY: __________ARO ( Day / Week / Month )



ITEM #4:
NSN: 5930-01-607-9243
DESCRIPTION: SWITCH, PRESSURE
PART NUMBER: 025-20403-000
ALTERNATE PART NUMBER: 025-42828-000
MFG: JOHNSON CONTROLS, INC
DESCRIPTIVE DATA:
ITEM NAME SWITCH,PRESSURE
END ITEM IDENTIFICATION CONDENSER UNIT, REFRIGERATION P/N 077-17212-000
END USE: USCGC WMSL 418 FT NSC - 130 TON AIR CONDITIONING PLANT


INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MIL-STD-2073-1E METHOD 10, CUSHIONED IN A DOUBLE LAYER OF 3/4 IN BUBBLE WRAP AND PACKED IN AN APPROPRIATELY SIZED ASTM-D5118 DOUBLE-WALL FIBERBOARD BOX.


PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS:
MIL-STD-2073-1E METHOD 10                         DATE: 6/6/2011
INDIVIDUALLY PACKAGED AND LABELED


INDIVIDUAL PACK & MARK ___YES ___NO           BAR-CODE___YES ___NO


QTY: _4_ PRICE: $___________UNIT OF ISSUE: _EA_ TOTAL: $___________

COAST GUARD'S REQUESTED DELIVERY DATE: ON or Before 10/13/2019

VENDORS EARLIEST/BEST DELIVERY: __________ARO ( Day / Week / Month )


The item(s) is/are used on various US Coast Guard vessels. Substitute part numbers are NOT acceptable. Inspection and acceptance shall take place at Destination after verification of preservation, individual packaging and marking requirements and confirmation of no damage during transit. Failure to comply with packaging requirements will result in rejection and nonpayment.


PAYMENT TERMS______________              SMALL BUSINESS___YES ___NO


VENDOR NAME: ______________________________________________

VENDOR ADDRESS: ______________________________________________

                                _______________________________________________

VENDOR POC : ____________________________________________________

PH: _________________________________ FAX: ________________________

EMAIL: ___________________________________________________________

*TIN NO: ____________________________________(Must fill in this item at all times)

*DUNS NO.: __________________________________

ACTIVE IN SYSTEM FOR AWARD MANAGEMENT (REQUIRED FOR AWARD)

                                                 (www.sam.gov): _______YES ________NO


Part covered under GSA Contract _____YES______NO(if yes, mark below)

                    CONTRACT NUMBER: ______________________


Note: FOB Destination pricing is preferred, however, if item quoted is not FOB Destination quotation must include as a separate line item for the following:


* Estimated shipping: $__________ (MUST BE INCLUDED, if not FOB Destination)


*FOB Origin price from (City, State): ______________________________________

*SHIP TO:
              United States Coast Guard SFLC
              Receiving Room - BLDG 88
              2401 Hawkins Point RD
              Baltimore, MD 21226


NOTE: PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS: AS NOTATED ABOVE WITH SPECIFIC ITEM

It is anticipated that a purchase order shall be awarded as a result of this synopsis/solicitation.

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.
(End of provision)

The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (OCT 2018); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (OCT 2018) 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. Offeror may obtain full text versions of these clauses electronically at www.ecfr.gov 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (MAY 2019)

(14) (i) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).
(18) 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).
(22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)).
(25) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
(26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126).
(27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
(28) 52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).
(30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).
(33) (i) 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627).
(40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).
(41) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83).
(44) 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).
(50) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Oct 2018) (31 U.S.C. 3332).

Title 48: Federal Acquisition Regulations
3052.209-70 Prohibition on contracts with corporate expatriates

The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete.
Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls.


(End of Clause)


 


Joel L. Ochoa, SKC, Phone 410-762-6639, Fax 410-762-6570, Email Joel.L.Ochoa@uscg.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP