(v) Item 0001: NSN: 2040-01-569-5407 - INFLATABLE COLLAR, SPONSON - INFLATABLE COLLAR FOR THE ZODIAC HURRICANE H558 DJ RIGID HULL INFLATABLE BOAT(RHIB) ON THE 87' CPB VESSELS. INFLATABLE COLLARS MANUFACTURED TO THE FOLLOWING SPECIFICATIONS: DURARIB II FOAM/AIR COMBINATION COLLAR WITH 40OZ. ORANGE POLYURETHANE FABRIC SHELL; 5 ROWS BLACK RUBSTRAKE, 12 GRAB HANDLES, 2 PAIR STEP TREADS.
MFG NAME: ZODIAC OF NORTH AMERICA, INC
MFG PART NUMBER: T-J-558-A-010-O
ALT MFG: WING INFLATABLES
ALT MFG PART NUMBER: 0H558-ZO-001
QUANTITY: 5 EA UNIT PRICE:_____________ TOTAL PRICE_____________
REQUIRED DELIVERY DATE 4/28/17
(vi) Place of delivery: Surface Forces Logistics Center, Small Boat Product Line, 2401 Hawkins Point Road, Baltimore, MD 21226, ATTN: RECEIVING -BLDG 88.
(vii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.acquisition.gov/far.
(viii) FAR 6.302-1 Only one responsible source and no other supplies or services will satisfy agency requirements.
(ix) FAR 52.212-1 Instructions to Offerors-Commercial Items (JAN 2017). 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:
1) company's complete mailing and remittance addresses
2) discounts for prompt payment if applicable
3) cage code
4) Dun & Bradstreet number
5) Taxpayer ID number
6) Price and delivery information
7) Provide one (1) relevant past performance reference including name of contractor, point of contact and telephone number.
8) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer.
(x) FAR 52.212-2 Evaluation-Commercial Items (Oct 2014). - The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. Award will be lowest technically acceptable. 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 technically acceptable. The evaluation and award procedures in FAR 13.106 apply. The U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract.
(xi) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jan 2017) shall be submitted with their offers. The use of the System for Award Management (SAM) website located at https://www.sam.gov/portal is mandatory. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision FAR 52.212-3 which can be obtained electronically at https://www.acquisition.gov.
(xii) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jan 2017) applies to this acquisition. The following addendum applies: Address for submission of invoices is U.S. Coast Guard Finance Center, 1430A Kristina Way, Chesapeake, VA 23326-3635.
(xiii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (JAN 2017). The following clauses listed in 52.212-5 are attached in the solicitation:
(xiv) Proposals are to be emailed to [email protected].
(xv) Point of Contact: Kimberly Wooters, Purchasing Agent, Tele. No. 410-762-6508 email
address: [email protected].