The RFP Database
New business relationships start here

PEDESTAL PILLOW BLOCK


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, IBCT PRODUCT LINE HAS A REQUIREMENT TO PROCURE THE ITEMS NOTED BELOW.

QUOTES MAY SUBMITTED BY EMAIL TO Lora.i.Airth@USCG.MIL OR FAXED TO 410-762-6570. THE CLOSING DATE AND TIME FOR RECEIPT OF QUOTE IS March 29, 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 _X_ unrestricted __set aside: __% for: __ 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.


ITEM #1:
NSN: 3130-01-F11-2242
DESCRIPTION: PEDESTAL PILLOW BLOCK
PART NUMBER: 02-BCP-408-EX-AT
MFG: COOPER BEARING CORP
DESCRIPTIVE DATA:
EACH BEARING SHALL BE INDIVIDUALLY PACKED AND MARKED IN ITS OWN ASTM D5168 TRI-WALL FIBERBOARD BOX OR ASTM-D6251 TYPE III, CLASS 1 WOOD CLEATED PANELBOARD SHIPPING BOX WITH APPROPRIATE CUSHIONING AND DUNNAGE.

MARK IN ACCORDANCE WITH MIL-STD-129R AND BARCODE IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY.


PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS:
SEE DESCRIPTIVE/SPEC DATA SECTION              DATE: 07/18/18
INDIVIDUALLY PACKAGE, MARK AND BAR CODE


INDIVIDUAL PACK & MARK ___YES ___NO               BAR-CODE___YES ___NO


QTY: _12_ PRICE: $___________UNIT OF ISSUE: _EA_ TOTAL: $___________


COAST GUARD'S REQUESTED DELIVERY DATE: ON or Before 4/6/2019


              VENDORS EARLIEST/BEST DELIVERY: _______________


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 (Oct 2018)

(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 (Mar 2015) (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 (Jul 2013) (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)


 


Lora I. Airth, SKC, Phone 410-762-6639, Fax 410-762-6570, Email Lora.I.Airth@uscg.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP