(i) This is a combined synopsis/solicitation for commercial items, 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.
(ii) Solicitation number HSCG40-21-Q-CA118 applies and is issued as a Request for Quotation.
(iii) This solicitation document and incorporated provisions and clauses are those in effect through FAC 2020-01 (NOV 2019).
(iv) This procurement is UNRESTRICTED. The North American Industry Classification System (NAICS) code is 336611 and the business size standard is 1250. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract.
(v) Line item one: NSN: 4030-01-560-9975 BRAND NAME ONLY - BLUE OCEAN TACKLE INC – HOOK PELICAN.
HOOK, PELICAN
PELICAN HOOK P/N WAC12PEL. PEL HK 1/2 CHN STP
1.0 – WCS COMMERCIAL - PROOF LOAD - 23,000LBS
WITH STABALIZER BAR.
INDIVIDUAL PACKAGE IN ACCORDANCE WITH
MIL-STD-2073-1E METHOD 10, CUSHIONING
MATERIALS, DUNNAGE, BLOCKING AND BRACING SHALL
BE APPLIED AS REQUIRED TO PROTECT THE
ITEMS AND THE ENCLOSED MEDIA AND RESTRICT THE
MOVEMENT OF THE ITEM WITHIN THE CONTAINER.
MARKINGS: IAW MIL-STD-129R AND BAR CODED IAW
ISO/IEC-16388-2007, CODE 39 SYMBOLOGY.
MFG NAME: BLUE OCEAN TACKLE INC.
PART_NBR: WAC12PEL
QUANTITY: 35EA DELIVERY DATE ON OR BEFORE 28 AUGUST 21
Line item TWO: NSN: 4030-01-648-8418 BRAND NAME ONLY - BLUE OCEAN
TACKLE INC – HOOK PELICAN.
HOOK, PELICAN
1-INCH TO 1-1/4-INCH PELICAN HOOK CHAIN STOPPER
W/STRONGBACK WELDED TO BASE PROOF TEST: 92,200 LBS.
INDIVIDUAL PACKAGE IN ACCORDANCE WITH MIL-STD-2073-lE
METHOD 10, CUSHIONING MATERIALS, DUNNAGE,
BLOCKING AND BRACING SHALL BE APPLIED AS
REQUIRED TO PROTECT THE ITEMS AND THE ENCLOSED
MEDIA AND RESTRICT THE MOVEMENT OF THE ITEM
WITHIN THE CONTAINER.
MARKINGS: IAW MIL-STD-129R AND BAR CODED IAW
ISO/IEC-16388-2007, CODE 39 SYMBOLOGY.
MFG NAME: BLUE OCEAN TACKLE INC.
PART_NBR: WAC1PELSB
QUANTITY: 10EA DELIVERY DATE ON OR BEFORE 28 AUGUST 21
**ANY SHIPPING CHARGES, ADD TO THE LINE ITEM. FOB DESTINATION**
(vi) Place of Delivery: Surface Forces Logistics Center, Receiving Room- BLDG. 88, 2401 Hawkins Point Road, Baltimore, MD 21226.
(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.
FAR 52.212-1 Instructions to Offerors-Commercial Items (Oct 2018). 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.
(viii) 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.
(ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Oct 2018) 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.
(x) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2018) 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.
(xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Jan. 2019). The following clauses are incorporated:
(xii) See required documents for scanned copies of each item requested.
(xiii) Defense Priorities and Allocations System (DPAS): N/A
(xiv) Proposals may be emailed to [email protected]
(xv) Point of Contact: Kimberly Wooters, Purchasing Agent, Tele. No. 410-762-6508, Email: