Federal Bid

Last Updated on 03 Jan 2025 at 1 AM
Combined Synopsis/Solicitation
Norfolk Virginia

DIPLEXER

Solicitation ID 70Z0-8025-Q-DJ015
Posted Date 03 Jan 2025 at 1 AM
Archive Date 22 Jan 2025 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Sflc Procurement Branch 1(00080)
Agency Department Of Homeland Security
Location Norfolk Virginia United states 23510

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

Item 1 DIPLEXER

NSN: ) 5985 01 620 4869

MFG: METROPOLE PRODUCTS INC

Part number# DFP-106AHW

Quantity: 7 each

ALL OF THESE ITEMS MUST BE INDIVIDUALLY

PACKAGED, PROTECTED

AND MARKED ACCORDING TO

MIL-STD-2073-1E W/CHANGE 1 7 JANUARY 2011

MILITARY

PACKAGING; MIL-PRF-

81705E_AMENDMENT-1 BARRIER MATERIALS, FLEXIBLE,

ELECTROSTATIC DISCHARGE PROTECTIVE,

HEAT-SEALABLE (IF REQUIRED); AND MIL-STD-129R

MILITARY

MARKING FOR SHIPMENT AND

STORAGE (MIL-STD-129R, SECTION 5, PAGE 22 OF

SPEC). COPIES

INCLUDED WITH THIS SAPS

PACKAGE.

EACH UNIT TO HAVE ELECTROSTATIC PROTECTION IAW

TYPE III,

CLASS I OF MIL-PRF-

81705E_AMENDMENT-1 BARRIER MATERIALS, FLEXIBLE,

ELECTROSTATIC DISCHARGE PROTECTIVE,HEAT SEALABLE , IF REQUIRED.

Delivery shall be F.O.B. DESTINATION to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore MD 21226

Required delivery date no later than: 2/25/25


This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2023-01  (dec 2022) 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 333618 solicitation is  and the business size standard is 500. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13
All responsible sources may submit a quotation via email to [email protected], which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with SYSTEMS FOR AWARD MANAGEMENT (SAM) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is 1-7-25 12 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.

(End of provision)

The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (nov 2021); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (FEB 2021) 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 (dec 2022); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (dec 2022). The following clauses listed within FAR 52.212-5 are applicable: FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2020)(15 U.S.C. 644), FAR 52.219-28, Post Award Small Business Program representation (oct2022)(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 (dec 2022)(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

Bid Protests Not Available

Similar Past Bids

Norfolk Virginia 17 Jun 2021 at 7 PM
Location Unknown 22 Jan 2015 at 1 PM
Norfolk Virginia 19 Jul 2021 at 10 PM
Location Unknown 21 Feb 2017 at 3 PM
Norfolk Virginia 22 Jun 2021 at 12 PM

Similar Opportunities

Norfolk Virginia 28 Sep 2025 at 1 PM
Texas 31 Aug 2025 at 9 PM
Texas 31 Aug 2025 at 9 PM