Federal Bid

Last Updated on 13 Jun 2017 at 8 AM
Combined Synopsis/Solicitation
Baltimore Maryland

CONDUCTIVITY, SENSOR

Solicitation ID HSCG40-17-Q-40409
Posted Date 15 May 2017 at 6 PM
Archive Date 13 Jun 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Sflc Procurement Branch 2(00085)
Agency Department Of Homeland Security
Location Baltimore Maryland United states
THE USCG SURFACE FORCES LOGISTICS CENTER, IBCT PRODUCT LINE, HAS A REQUIREMENT TO PROCURE THE ITEM NOTED BELOW.

QUOTES MAY BE SUBMITTED BY EMAIL TO [email protected] or FAXED TO 410-762-6570. THE CLOSING DATE AND TIME FOR RECEIPT OF QUOTE IS MAY 29, 2017, 1200pm EST.

This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined subpart 12.6, FAC 2005-74 (MAY 2015) 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 811310 small business size $7.0 million. 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. This notice is not set aside for small business.

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

ITEM #1) 4620-01-574-8980; Sensor, Conductivity
MFG: Lifestream Watersystems Inc
PART NUMBER: PM388602
DESCRIPTIVE DATA: SENSOR, CONDUCTIVITY
P/N: PM388602 SENSOR USED IN THE REVERSE OSMOSIS DISTILLING PLANT ON THE USCG 418 FT WMSL NSC
QTY: 24 EA

PRICE____________TOTAL_______________
REQUIRED DELIVERY DATE : On or Before 11/27/2017

PROPOSED DELIVERY DATE:

ALL QUOTES WILL BE CONSIDERED IF RECEIVED NLT 29 MAY 2017, 1200PM, EASTERN STANDARD TIME.
PAYMENT TERMS______________SMALLBUSINESS___YES __NO___
*TIN NO:______________________________________________ (Must fill in this item at all times)
*DUNS NO.: __________________________________
ACTIVE IN CENTRAL CONTRACTOR REGISTRATION (REQUIRED FOR AWARD - SEE (www.sam.gov )_______YES ________NO
GSA CONTRACT?___YES __NO
CONTRACT NUMBER:______________________
PART COVERED UNDER CONTRACT______________________

Note: FOB Destination pricing is preferred; however, if item quoted is not FOB Destination quotation must include as a separate line item the following:
* Estimated shipping charge: _____________

YOU MUST BE AN AUTHORIZED DISTRIBUTOR OR DEALER OF LIFESTREAM WATERSYSTEMS AND PROVIDE WRITTEN DOCUMENTATION FROM LIFESTREAM WATERSYSTEMS

Substitute parts are NOT acceptable. It is anticipated that a non competitive sole source purchase shall be awarded as result of this synopsis/ solicitation. It is the Governments belief that only LIFESTREAM WATERSYSTEMS, or their authorized distributors can obtain the required technical and engineering data and genuine OEM parts required to successfully provide these items. Concerns having the expertise and require capabilities to provide these items are invited to submit complete information discussing the same within (2) calendar days from this notice is posted. The information submitted must include a letter from the OEM verifying the offeror is an authorized distributor and verifying the OEM will supply only genuine OEM parts

*FOB Destination price to:
RECEIVING ROOM BLDG #88, 2401 HAWKINS POINT ROAD, BALTIMORE, MD 21226
PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS: INDIVIDUAL PACK & MARK EACH ITEM PER SP-PP&M-001 PACK EACH ITEM IN ITS OWN PROTECTIVE CONTAINER. (ATTACHED)

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.

The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors - Commercial Items (JAN 2017); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (JAN 2017). The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at https://www.acquisition.gov FAR 52.212-4, Contract Terms and Conditions-Commercial Items (JAN 2017); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2017). The following clauses listed within FAR 52.212-5 are applicable: 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755).; 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015).; 52.222-26, Equal Opportunity (Sept 2016) (E.O. 11246).; 52.222-35, Equal Opportunity for Veterans (Oct 2015)(38 U.S.C. 4212).; 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793).; 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).; 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83).); 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).; 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332).The Contractor is responsible for performing or having performed all inspections and tests necessary to substantiate that the supplies or services furnished under this contract conform to contract requirements, including any applicable technical requirements for specified manufacturers' parts.
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)

Bid Protests Not Available

Similar Past Bids

Location Unknown 15 Oct 2010 at 12 PM
Location Unknown 29 Jun 2009 at 11 PM
Bremerton Washington 23 May 2025 at 10 PM
Bremerton Washington 28 May 2025 at 1 PM
Bremerton Washington 29 May 2025 at 4 PM

Similar Opportunities

Pennsylvania 03 Aug 2025 at 4 AM (estimated)
Pennsylvania 03 Aug 2025 at 4 AM (estimated)
Los angeles California 10 Jul 2025 at 6 PM
Boulder city Nevada 16 Jul 2025 at 9 PM
Baltimore Maryland 11 Jul 2025 at 4 PM