Federal Bid

Last Updated on 05 Mar 2020 at 6 PM
Combined Synopsis/Solicitation
Curtis bay Maryland

Controllers

Solicitation ID 70Z04020P60960Y00
Posted Date 05 Mar 2020 at 6 PM
Archive Date 13 Mar 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Sflc Procurement Branch 3(00040)
Agency Department Of Homeland Security
Location Curtis bay Maryland United states 21226
  1. This is a combined synopsis/solicitation for commercial item contract, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued.
  2. Solicitation number 2120400Y152128115 applies, and is issued as a Request for Quotation.
  3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05 (AUG 2019).
  4. This procurement is 100% set aside for small business. The North American Industry Classification System (NAICS) code is 334513 and the business size standard is 750 PPL. U.S. Coast Guard Surface Forces Logistics Center intends to award a Brand Name Firm Fixed Price Contract. 
  1. 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) @ 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 _ MARCH 12, 2020_, at _12_ p.m. Eastern Standard Time.

 

ITEM 0001 – CONTROLLER, ENCLOSED, NEMA,WIRED FOR COMBINATION TWO-SPEED TWO-WINDING CONFIGURATION, 30 AMP HMCP BREAKER, NEMA STARTER SIZE 1, NEMA ENCLOSURE TYPE 4X, CPT WITH 480VAC PRIMARY AND 24VAC SECONDARY, 24VAC SYSTEM VOLTAGE, HIGH / LOW / STOP PUSHBUTTONS WITH TWO RED AND ONE GREEN PILOT LIGHTS. 200VAC EXTRA CAPACITY 24VAC/60HZ CPT, BOTH LEGS OF SECONDARY TRANSFORMER CIRCUIT FUSED, BUILT AND WIRED IN ACCORDANCE WITH CUSTOMER DRAWING PR225-WLB-320-019 CONTROLLER NO.2.

NSN: 6110 01-LG1-5556              PART NO.:  PR225B-WLB-320-019

Quantity:   1 EACH                      Required Delivery date: 09/02/2020

Unit Price:  _______________    Promised Delivery Date: _______________

Total Amount:  ____________ 

 

 ITEM 0002 – CONTROLLER, ENCLOSED, NEMA, COMBINATION, NONREVERSING, 15 AMP HMCP BREAKER, NEMA STARTER SIZE 0, NEMA ENCLOSURE TYPE 4X, CPT WITH 480VAC PRIMARY AND 24VAC SECONDARY, HIGH/LOW/STOP PUSHBUTTONS WITH TWO RED AND ONE GREEN RUN PILOT LIGHT, 200VA EXTRA CAPACITY 24VAC/60HZ CPT, BOTH LEGS SECONDARY TRANSFORMER CIRCUIT FUSED, BUILT AND WIRED IN ACCORDANCE WITH CUSTOMER DRAWING PR225-WLB-320-019 CONTROLLER 3. 

NSN: 6110 01-LG1-5557              PART NO.:  PR225B-WLB-320-019

Quantity:   2 EACH                      Required Delivery date: 09/02/2020

Unit Price:  _______________    Promised Delivery Date: _______________

Total Amount:  ____________ 

  

ITEM 0003 – CONTROLLER, ENCLOSED, LIGHTING (RESISTIVE LOAD), NON-COMBINATION, 20 AMP RATING, NEMA ENCLOSURE TYPE 12, CPT 480VAC PRIMARY 24VAC SECONDARY, 24VAC SYSTEM VOLTAGE, 3 POLE, NO PUSHBUTTONS, 7 TERMINALS, SECONDARY RETURN FUSED, BUILT AND WIRED IN ACCORDANCE WITH CUSTOMER DRAWING PR225-WLB-320-019. CONTROLLER 4.

NSN: 6110 01-LG1-5558              PART NO.:  PR225B-WLB-320-19

Quantity:   20 EACH                    Required Delivery date: 09/02/2020

Unit Price:  _______________    Promised Delivery Date: _______________

Total Amount:  ____________ 

 

ITEM 0004 – CONTROLLER, ENCLOSED, LIGHTING (RESISTIVE LOAD), NON-COMBINATION, 30 AMP RATING, NEMA ENCLOSURE TYPE 12, CPT 480VAC PRIMARY 24VAC SECONDARY, 24VAC CONTROL VOLTAGE, 3 POLE, NO PUSHBUTTONS, 7 TERMINALS, SECONDARY RETURN FUSED, BUILT AND WIRED IN ACCORDANCE WITH CUSTOMER DRAWING PR225-WLB-320-019 CONTROLLER 5.

NSN: 6110 01-LG1-5559         PART NO.:  PR225B-WLB-320-019

Quantity:   2 EACH                       Required Delivery date: 09/02/2020

Unit Price:  _______________    Promised Delivery Date: _______________

Total Amount:  ____________ 

ITEM 0005 – CONTROLLER, ENCLOSED, LIGHTING (RESISTIVE LOAD), NON-COMBINATION, 20 AMP RATING, NEMA ENCLOSURE TYPE 12, CPT 480VAC PRIMARY 24 VAC SECONDARY, 24 VAC SYSTEM VOLTAGE, 3 POLE, NO PUSHBUTTONS, 7 TERMINALS, BOTH LEGS SECONDARY TRANSFORMER FUSED, BUILT AND WIRED IN ACCORDANCE WITH CUSTOMER DRAWING PR225-WLB-320-019 CONTROLLER 6.

NSN: 6110 01-LG1-5560         PART NO.:  PR225B-WLB-320-019

Quantity:   1 EACH                      Required Delivery date: 09/02/2020

Unit Price:  _______________    Promised Delivery Date: _______________

Total Amount:  ____________ 

ITEM 0006 – CONTROLLER, ENCLOSED, LIGHTING (RESISTIVE LOAD), NON-COMBINATION, 20 AMP RATING, NEMA ENCLOSURE TYPE 12, 24VAC SYSTEM VOLTAGE, 3 POLE, NO PUSHBUTTONS, 7 TERMINALS, BOTH LEGS OF CONTROL CIRCUIT FUSED, BUILT AND WIRED IN ACCORDANCE WITH CUSTOMER DRAWING. PR225B-WLB-320-19 CONTROLLER 7.

NSN: 6110 01-LG1-5561             PART NO.:  PR225B-WLB-320-019

Quantity:   9 EACH                      Required Delivery date: 09/02/2020

Unit Price:  _______________    Promised Delivery Date: _______________

Total Amount:  ____________ 

ITEM 0007 – CONTROLLER, ENCLOSED, NEMA, FVNR COMBINATION WITH CPT, NON-REVERSING, 15 AMP HMCP BREAKER, NEMA STARTER SIZE 0, ENCLOSURE NEMA TYPE 4X, CPT 480VAC PRIMARY 24VAC SECONDARY, START/STOP PUSHBUTTONS, GREEN RUN PILOT LIGHT, 200VA EXTRA CAPACITY 120VAC/60HZ CPT, 2 SPARE TERMINALS, BOTH LEGS OF THE SECONDARY TRANSFORMER CIRCUIT FUSED, BUILT AND WIRED IN ACCORDANCE WITH CUSTOMER DRAWING PR225-WLB-320-019 CONTROLLER 8.

NSN: 6110 01-LG1-5562              PART NO.:  PR225B-WLB-320-19

Quantity:   1 EACH                      Required Delivery date: 09/02/2020

Unit Price:  _______________    Promised Delivery Date: _______________

Total Amount:  ____________ 

ITEM 0008 – CONTROLLER, ENCLOSED, MOTOR, NEMA FREEDOM SERIES, COMBINATION NON-REVERSING, NEMA STARTER SIZE 2, NEMA TYPE 4X ENCLOSURE, 240/480-220/440 VAC PRIMARY (WIRED FOR 480V) 120/60 VAC SECONDARY, START/STOP PUSHBUTTONS, 50 AMP HMCP CIRCUIT BREAKER, GREEN RUN LED RUN LIGHT, LOCAL/REMOTE SELECTOR SWITCH, FOUR NORMALLY OPEN TOP MOUNTED AUXILIARY CONTACTS, TERMINAL POINT PER CUSTOMER SPECIFICATION CONTROLLER 1

NSN: 6110 01-LG1-5563              PART NO.:  PR225B-WLB-320-019

Quantity:   2 EACH                      Required Delivery date: 09/02/2020

Unit Price:  _______________    Promised Delivery Date: _______________

Total Amount:  ____________ 

ITEM 0009 – CONTROLLER, SCR (SILICON CONTROLLED RECTIFER), A6Z SERIES, 3 PHASE, 480 VAC, 50/60 HZ, 30 AMPS, "R120" RELAY OPTION FOR 120 VAC SIGNAL INPUT TO TURN A6Z INTO ON/OFF CONTROLLER. MUST HAVE THE R120 OPTION.

NSN: 6110 01-LG0-6683              PART NO.:  A6Z-48-30-R120

Quantity:   3 EACH                      Required Delivery date: 09/02/2020

Unit Price:  _______________    Promised Delivery Date: _______________

Total Amount:  ____________ 

ITEM 0010 – CONTROLLER, TEMPERATURE, ELECTRONIC, NEMA 4X2SPDT, 2 SENSOR INPUTS, 1 SENSOR INCLUDED. HONEYWELL T775M SERIES

NSN: 6625 01-LG1-2936             PART NO.:  T775M2022

Quantity:   3 EACH                      Required Delivery date: 09/02/2020

Unit Price:  _______________    Promised Delivery Date: _______________

Total Amount:  ____________ 

PACKAGING SPECIFICATIONS:

PACKAGING REQUIREMENTS ARE MANDATORY TO MEET WAREHOUSE INVENTORY REQUIREMENTS.

IMPORTANT! EACH ITEM SHALL BE INDIVIDUALLY PACKAGED FOR INVENTORY TO MATCH THE COAST GUARD "UNIT OF ISSUE". (EXAMPLE: EA, LB, HD) THE MINIMUM PACKAGING IS COMMERCIAL PACKAGING, DEFINED AS THE WAY ITEMS ARE PACKAGED, SOLD, AND SHIPPED TO THE PUBLIC OVER THE COUNTER PROVIDED THE PACKAGING MATCHS THE "UNIT OF ISSUE".

SMALLER ITEMS ONLY: (BOLTS/SCREWS) CAN BE PACKAGED WITH MULTIPLE ITEMS IN ONE PACKAGE/CONTAINER PROVIDING THE MARKING ALSO INCLUDES THE QUANTITY IN THE CONTAINER.

EXAMPLE: A PACKAGE BAG OR BOX CAN HAVE 10, 25 OR 50 BOLTS AS LONG AS THAT PACKAGE IS MARKED IAW MARKING REQUIREMENTS BELOW PLUS THE QUANTITY.

MARKING REQUIREMENTS:

 ALL PACKAGES, BOXS, BAGS OR CONTAINERS SHALL BE CLEARLY MARKED / LABELED WITH THE

FOLLOWING INFORMATION:

ITEM NOUN NAME, OUR STOCK NUMBER (13 DIGIT), MFG PART NO., CAGE CODE (IF KNOWN), PURCHASE ORDER / CONTRACT NUMBER, UNIT OF ISSUE AND QUANTITY.

IF AN ITEM CANNOT PHYSICALLY BE PACKAGED IN ONE CONTAINER, EACH CONTAINER SHALL BE MARKED BOX 1 OF 2, BOX 2 OF 2 ETC. FAILURE TO COMPLY WITH ALL PACKAGING AND MARKING REQUIREMENTS WITHOUT PRIOR APPROVAL WILL RESULT IN MATERIAL BEING RETURNED AT VENDORS EXPENSE FOR CORRECTION. BAR CODING NOT REQUIRED!

LABEL EXAMPLE

ITEM NAME

CG STOCK NUMBER

PURCHASE ORDER/CONTRACT NUMBER

PART NUMBER

UNIT OF ISSUE AND QUANTITY

                                       

                              

NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS   ARE AVAILABLE FROM THIS AGENCY.

  1. Place of Delivery: Building 88, 2401 Hawkins Point Rd., Baltimore, MD 21226.                        
     **** Please quote prices FOB Destination. ****
  2. The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (OCT 2018).                      1.  Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information:                                                                                                           

a) Company’s complete mailing and remittance addresses,                                 

 b) Discounts for prompt payment if applicable                                               

 c) Cage Code, Dun & Bradstreet number, Taxpayer ID number.                                                                                                                                               

    1. Offerors shall agree to the delivery condition by the government.
      Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer.  If any offeror is registered in ORCA, verification by the applicable vendor is needed to evidence that the record is current and valid.
  1. 52.212-2 Evaluation-Commercial Items (OCT 2014). – Delivery, pricing and relevant past performance are the evaluation factors.  This is a commercial item acquisition.  Award will be made to lowest cost technically acceptable.  All evaluation factors will be considered as delivery is an important as cost. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the lowest cost technically acceptable.  The evaluation and award procedures in FAR 13.106 apply.
  2. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (OCT 2018) with Alt 1 included are to be submitted with your offers. 
  3. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2018) applies to this acquisition.
  4. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (OCT 2018).  The following clauses listed in 52.212-5 are incorporated:
    1. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards  (OCT 2018) (Pub.L. 109-28
    2. .2)(31 U.S.C. 6101 note).
    3. 52.204-99, System for Award Management Registration (Aug 2012) (DEVIATION)
    4. 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).
    5. 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)).
    6. 52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013) (15 U.S.C. 632 (a)(2).
    7. 52.222-3 Convict labor (June 2003) (E.O. 11755)
    8. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (JAN 2018) (EO 11755)
    9. 52.222-21, Prohibition of Segregated Facilities (Apr 2015).
    10. 52.222-26 Equal Opportunity (SEP 2016)(E.O. 11246)  
    11. 52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).
    12. 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627).
    13. (ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627).
    14. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).
    15. 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C.chapter 83).
    16. 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).
    17. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2018)(31.S.C. 3332). 
    18. 52.233-3 Protest after award (Aug. 1996.)
    19. 52.233-4 Applicable Law for Breach of Contract Chain (Oct.2004).
  1. Defense Priorities and Allocations System (DPAS): N/A
  2. QUOTES ARE DUE BY 12:00 NOON EST on 12 MARCH 2020. Quotes may be emailed to Shannon.R.Carter @uscg.mil.
  3. POC is Shannon Carter, Procurement Agent, 410-762-6503.
Bid Protests Not Available

Similar Past Bids

Baltimore Maryland 01 Jul 2021 at 4 AM
Baltimore Maryland 02 Mar 2017 at 2 PM
Location Unknown 08 Sep 2017 at 7 PM
Curtis bay Maryland 23 Nov 2022 at 3 PM
Curtis bay Maryland 30 Nov 2022 at 12 PM

Similar Opportunities

Beverly hills California 17 Jul 2025 at 9 PM
Sacramento California 09 Jul 2025 at 7 PM
New york New york 30 Nov 2026 at 5 AM (estimated)
New york New york 30 Nov 2026 at 5 AM (estimated)
Fort eustis Virginia 16 Jul 2025 at 4 PM