Federal Bid

Last Updated on 26 Aug 2017 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

Inflatable collar, MARINE

Solicitation ID HSCG40-17-Q-5AE238
Posted Date 03 Aug 2017 at 2 PM
Archive Date 26 Aug 2017 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Sflc Procurement Branch 3(00040)
Agency Department Of Homeland Security
Location United states
The United States Coast Guard Surface Forces Logistics Center has a requirement and requesting quotations for the following parts:

Item 1) NSN: 2040-01-565-7231, Inflatable Collar, Sponson
MATERIAL: NEOPRENE / HYPALON OR POLYURETHANE /
NYLON, COLOR: ORANGE.
NUMBER OF AIR CHAMBERS: FIVE
*REMOVABLE, ORANGE, AIRHOLDING, TUBESET WITH
INTERCOMMUNICATING FILL VALVE.
MIRADA PRESSURE RELIEF VALVES. FIVE CHAMBERS
AND CONSTRUCTED WITH 1880 NEO/HYPALON/NYLON CORE (OR POLYURETHANE).
CUSTOM OTH HEAVY DUTY DRESSING. 6 INCH
BLACK LETTERING "US COAST GUARD"
*****THIS NSN IS FOR THE MK III VERSION - ALUM. HULL
P/N OH729-ZO-001 or T-J-729A017-0

Quantity: 7 ea

Item 2) 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 40
OZ. ORANGE POLYURETHANE FABRIC SHELL;
5 ROWS BLACK RUBSTRAKE, 12 GRAB HANDLES, 2 PAIR
STEP TREADS
P/N T-J-558-A-010-0 or GV0H558-ZO-001

Quantity: 3 ea

Delivery Schedule - Delivery is required by 11/30/17. Please provide your proposed delivery________

Used on various U. S. Coast Guard Vessels. Substitute part numbers are NOT acceptable. Each Item shall be individually packaged in its own protective container and bar-coded. Markings shall be in accordance with Coast Guard specification SP-PP&M-001. Inspection and acceptance shall take place at Destination after verification of preservation, Individual packaging and marking 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, Baltimore MD.

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

Concerns having the expertise and required capabilities to provide these same items are invited to submit complete information discussing the same within three (3) calendar days from the day this notice is posted.
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-95 (JAN 2017) 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 _336611 and the Small Business Size Standard is _1250.
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 closing date and time for receipt of quote is Aug 11, 2017_, at _11_ a.m. Eastern Standard Time.


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 (Dec 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.acquisition.gov ; FAR 52.204-7, Systems for Award Management (Oct 2016); 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: 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 (Oct 2016)(E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Sept 2016)(E.O. 11246); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014)(29 U.S.C. 793); FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Aug 2011); FAR 52.225-3, Buy American Act-Free Trade Agreement (May 2014)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Jul 2013)(31 U.S.C. 3332).

 

Bid Protests Not Available

Similar Past Bids

Baltimore Maryland 28 Mar 2017 at 1 PM
Location Unknown 23 Nov 2015 at 4 PM
Location Unknown 08 Apr 2016 at 1 PM
Location Unknown 27 Jul 2010 at 9 PM
Location Unknown 17 May 2010 at 7 PM

Similar Opportunities

Washington District of columbia 14 Jul 2025 at 9 PM
Biloxi Mississippi 08 Jul 2025 at 5 AM
Christopher Illinois 18 Jul 2025 at 4 PM
Newport Oregon 18 Jul 2025 at 4 PM
Pennsylvania 26 Jul 2025 at 4 AM (estimated)