The RFP Database
New business relationships start here

PORT / STBD MIXER TANK ASSY - DeANGELO MARINE EXHAUST


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

This is a combined synopsis/solicitation 70Z080-19-Q-P45E4900 for a commercial items prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-87 (Apr 2016), 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. This synopsis/ solicitation is issued pursuant to FAR 13.106-1(b),and the resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.


Offer shall provide the unit price (as applicable) and the shipping cost.


This is a Total Small Business Set-A-Side. Per FAR 6.302-1,


THE UNITED STATED COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUEST THE CONTRACTORS TO PROVIDE PRICING FOR THE FOLLOWING BRAND NAME ONLY MANUFACTURER: DeANGELO MARINE EXHAUST - NO EQUAL OR ALTERNATE PART WILL BE ACCEPTED.


The contractor shall provide pricing for the following:


A. REQUIREMENTS:

    (1) Each B18-1100801 PORT MIXER TANK ASSY


    (1) Each B18-1100802 STBD. MIXER TANK ASSY


    (1) Each C09-021401 DRY ELBOW ASSY


    (4) Each A09-052100 GASKET FLANGE 26"D BOLLINGER


    (2) Each A09-052200 NITRILE GASKET FLANGE 26"D


    (2) Each A09-052600 NITRILE GASKET FLANGE 5D


    (6) Each A10-091505 FAS.KIT ALL 1-1/4 CONN.


    (2) Each A10-091507 FAST. KIT FOR TANK WATER INLET


    (2) Each A10-091510 FASTENER KIT FOR BOLTED 1/2" FLANGES


    (2) Each GASKET 1/8 NITRIL GASKET TO MATCH FLG


    (2) Each C09-021401 BLIND PLATES TO FIT THE FLANGES ON THE ELBOW


         NO EQUAL OR ALTERNATE PART WILL BE ACCEPTED 
         DeANGELO MARINE EXHAUST PARTS ONLY.


B. SHIPPING COST (FBO DESTINATION)

C. SHIPPING LOCATION:


    Commanding Office
    USCGC CHARLES DAVID (WPC 1107)
    100 Trumbo Road
    Key West, FL 33040-6655


D. REQUIRED DELIVERY DATE:


    10 May 2019


The North American Industry Classification System (NAICS) is 332999. The Small Business Administration (SBA) size standard is 750.


NOTE: The USCG/Government reserves the right to Award on an All or None Basis that is the Governemnt may issue a Purchase Order (PO) to the Offeror that submits the lowest aggregate price rather than issue a Purchase Order to each Offeror on the basis of the lowest Quotation on each item.


The USCG/Government does not own nor can they obtain specifications, drawings, plans or other technical data for this item. Requests for specifications and drawings will be disregarded.


Award of a contract will be based on the following criteria: The purchase order will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5.

    1. Please provide any warranty information.
    2. Vendors MUST be registered in www.sam.gov

The USCG/Government intends to award a contract resulting from this solicitation to the responsible bidder proposal conforming to the solicitation which will be most advantageous and the Best Value to the Government, price and other factors considered.


DeANGELO MARINE EXHAUST Brand Name Only. See the attached Brand Name justification. The USCG/Government does not own nor can they obtain specifications, drawings, plans or other technical data for this item. Requests for specifications and drawings will be disregarded.


Please Note: Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price proposal that will be considered by the agency. Proposals must be submitted on company letterhead stationery and must include the following information and Gloria Spicer at email address - Gloria.H.Spicer@uscg.mil.


Quotes must be received no later than 23 April 2019 at 10:00 a.m. Eastern Standard Time. Email quotes are acceptable and should be sent to Gloria Spicer at email address - Gloria.H.Spicer@uscg.mil.

Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial items, with their offer or have provision FAR 52.212-3 submitted into www.sam.gov. Any questions or concerns regarding any aspect of this RFQ must be forwarded to Contracting Officer, SKC Becky M. Meyer via email Becky.M.Meyer@uscg.mil and telephone (757) 628-4642; and Mrs. Gloria Spicer via email Gloria.H.Spicer@uscg.mil.

The following FAR Clauses and Provisions apply to this acquisition:


FAR 52.212-1 - Instructions to Offerors - Commercial Items (Oct 2018)


FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014) Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, past performance and quality.


FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Oct 2018) to include Alt I (Oct 2014). Offeror is to complete the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov .


FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Oct 2018) with the following addenda's.


FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2019)


FAR 52.219-6 - Notice of Total Small Business Set-Aside (Nov 2011)


FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 - System for Award Management (Oct 2018). Contractors are located and identified in SAM by their DUNS number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A DUNS number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov.


The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to this awarded contract.


FAR 52.222-3 - Convict Labor (Jun 2003)
FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies (Jan 2018)
FAR 52.222-21 - Prohibition of Segregated Facilities (Apr 2015)
FAR 52.222-26 - Equal Opportunity (Sep 2016)
FAR 52.222-35 - Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212)
FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793)
FAR 52.222-37 - Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212)
FAR 52.222-50 - Combating Trafficking in Persons (Jan 2019)
FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)
FAR 52.225-1 - Buy American Supplies (May 2014)
FAR 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008)
FAR 52.232-33 - Payment by Electronic Funds Transfer - Systems for Award Management (Oct 2018)
FAR 52.233-3 - Protest After Award (Aug 1996)
FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004)


*The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far.


NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS:


This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a) Prospective contractors shall complete electronic annual representations and certifications SAM accessed via https://www.acquisition.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52,204-8 applies.


Garth C. Gobbell, Contracting Officer, Phone 757 628-4631, Email Garth.C.Gobbell@uscg.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP