Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 2021-11-15 11:01:00
United States SAM

IMPRESSED CURRENT CATHODIC/ANODE ASSEMBLY

Process Number 70Z08022QAJ006

USA

Dates:


Notice ID:

70Z08022QAJ006

Department/Ind. Agency:

HOMELAND SECURITY, DEPARTMENT OF

Sub-tier:

HOMELAND SECURITY, DEPARTMENT OF

Sub Command:

SFLC PROCUREMENT BRANCH 1(00080)

Office:

SFLC PROCUREMENT BRANCH 1(00080)

General Information:


All Dates/Times are:

(UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA

Updated Published Date:

Nov 18, 2021 12:04 pm EST

Original Published Date:

2021-11-15 11:01:00

Original Response Date:

Nov 22, 2022 01:00 pm EST

Inactive Policy:

15 days after date offers due

Updated Inactive Date:

Dec 07, 2021

Original Inactive Date:

Dec 07, 2022

Initiative:
  • None***--***

Classification:


Product Service Code:

2090 - MISCELLANEOUS SHIP AND MARINE EQUIPMENT

NAICS Code:

333999 - All Other Miscellaneous General Purpose Machinery Manufacturing

Description:


Original Set Aside:

NOTICE UPDATED TO REFLECT: "Brand Name or Equal" If offering and or equal the company must provide the salient characteristics for the item and the government may make a determination that the item will satisy the government requirements. Submit Proposed price quote no later than Nov 22, 2021 1:00 PM/EST The United States Coast Guard Surface Forces Logistics Center has a requirement and requesting quotations for the following part: Line: 1 NSN: 5342 99-133-5325 COPPER ANODE 1 YEAR VESSEL CLASS WPC- 154 DESCRIPTIVE/ FRC SPEC DATA: ANODE, IMPRESSED CURRENT, CATHODIC / ANODE ASSEMBLY WITH NYLON / INSULATOR, O RING, FULL AND HALF BRASS. I YEAR COPPER ANODE USED IN THE SEA WATER COOLING PIPING FOR THE FRC. ANODE MEASURES 2.5" IN DIAMETER X 9 INCHES LONG. INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MILSTD-2073-1E METHOD 10, CUSHIONED AND PACKED IN AN APPROPRIATELY SIZED ASTM-D5118 SINGLE-WALL FIBERBOARD BOX. FAILURE TO MEET THE PACKING, PACKAGING, MARKING AND BARCODING 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 MFG NAME: CATHELCO LTD PART_NBR: PAAZRRY037FT Quantity: TWO HUNDRED (200) EACH The items are used on various US Coast Guard vessels. All items will be individually packaged and bar-coded in accordance with Coast Guard specification IAW SP-PP&M-001. Inspection and acceptance shall take place at Destination after verification of preservation, individual packaging and marking/bar coding requirements and confirmation of no damage during transit. Failure to comply with packaging requirements will result in rejection and nonpayment. 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: 10/08/2022 OR AS SOON AS POSSIBLE This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2021-07 Sept 12, 2021 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 333999 and the business size standard is 750. 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. Award will be lowest price technically acceptable. 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 NOVEMBER 22, 2021, at 1:00 PM 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 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011)(15 U.S.C. 644), FAR 52.219-28, Post Award Small Business Program representation (Jul 2013)(15 U.S.C. 632(a)(2); 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

Attachments / Links:


Document Size Updated date Download

Contact Information:


300 EAST MAIN ST, STE 950, VESS DIV

NORFOLK , VA 23510

USA

Primary Point of Contacts:

CHARLES SHUGHRUE

Secondary Point of Contact:

YVETTE R. JOHNSON