The RFP Database
New business relationships start here

deck covering


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

The United States Coast Guard Surface Forces Logistics Center has a requirement and requesting quotations for the following part:

Item 1) deck covering, lightweight


NON-SKID PIECE #14.


25 each



NSN: 7220 01 595 6919


MFG: lighthouse for the blind


Part num# 87-wpb-770-14


 


Item 2) deck covering, lightweight


NON-SKID PIECE #61.


15 each



NSN: 7220 01 595 7597


MFG: lighthouse for the blind


Part num# 87-wpb-770-61


 



Item 3) deck covering, lightweight


PEEL AND STICK NON SKID DECK PADS.


25 each



NSN: 7220 01 597 3658

MFG: lighthouse for the blind


Part num# 87-wpb-770-72



Item 4) deck covering, lightweight


PEEL AND STICK NON SKID DECK PADS.


28 each



NSN: 7220 01 597 6058


MFG: lighthouse for the blind


Part num# 87-wpb-770-67



PACKAGING MANDATORY:


 


Item 5) deck covering, lightweight


PEEL AND STICK NON SKID DECK PADS.


26 each



NSN: 7220 01 597 3405


PEEL AND STICK NON SKID DECK PAD. SIZE: 65" X 18". COLOR: GRAY

MFG: lighthouse for the blind


Part num# 87-wpb-770-76



Item 6) deck covering, lightweight


Non skid piece #28


15 each



NSN: 7220 01 595 7080


MFG: lighthouse for the blind


Part num# 87-wpb-770-28



Item 7) deck covering, lightweight


Non skid piece #14
15 each



NSN: 7220 01 595 6955


MFG: lighthouse for the blind


Part num# 87-wpb-770-18



Item 8) deck covering, lightweight


Non skid piece #14
50 each



NSN: 7220 01 595 9243


MFG: lighthouse for the blind


Part num# 87-wpb-770-52



Item 9) deck covering, lightweight


Non skid piece #14
25 each



NSN: 7220 01 595 9183


MFG: lighthouse for the blind


Part num# 87-wpb-770-66


 



PACKAGING MANDATORY:


 


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.
FAILURE TO MEET THE PACKING, PACKAGING, MARKING AND BAR CODING 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


 


 



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 no later than: 12/17/19


Substitute parts are not acceptable. Concerns having the expertise and required capabilities to provide these items are invited to submit complete information discussing the same within two (2) 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 genuine OEM parts.



This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2019-104 (aug 7, 2019) 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 423390 and the business size standard is 1500. 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. 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 8/28/2019, at 2PM 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 44), 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


 


nina crosby, gs9, Phone 4107626658, Email nina.m.crosby@uscg.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP