Federal Bid

Last Updated on 01 Apr 2021 at 7 PM
Solicitation
Curtis bay Maryland

PISTON, ROTATING

Solicitation ID 70Z08521Q30049B00
Posted Date 01 Apr 2021 at 7 PM
Archive Date 30 Apr 2021 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Sflc Procurement Branch 2(00085)
Agency Department Of Homeland Security
Location Curtis bay Maryland United states 21226

Description

THE USCG SURFACE FORCES LOGISTICS CENTER, LRE PRODUCT LINE HAS A REQUIREMENT TO PROCURE THE ITEM NOTED BELOW.

QUOTES MAY SUBMITTED BY EMAIL TO [email protected] OR FAXED TO 410-762-6570. THE CLOSING DATE AND TIME FOR RECEIPT OF QUOTE IS APRIL 15, 2021, at 12:00 pm EST.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, FAC 2021-05 dated 3/10/21 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is 333995. This synopsis/solicitation is issued pursuant to FAR 6.203-1 and HSAM 3006.302-1. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.5.

This acquisition is _x_ unrestricted __set aside: _100% for: __ small business

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.

Substitute part numbers are NOT acceptable.

It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this synopsis/solicitation. It is the Governments belief that only Wärtsilä Defense Inc. and/or their authorized distributors can obtain the required technical and engineering data, and genuine OEM parts, required to provide these items. Concerns having the expertise and required capabilities to provide these items are invited to submit complete information discussing the same within two (2) calendar days from the day this notice is posted. The information submitted must include a letter from the OEM verifying the offeror is an authorized distributor, and verifying the OEM will supply genuine OEM parts. The items are used on various US Coast Guard vessels. Substitute part numbers are NOT acceptable.

ITEM #1:


NSN: 2815 01-445-5718
DESCRIPTION: PISTON, ROTATING 400MM DIA. X 510MM LONG 309.2KG.


DESCRIPTIVE DATA:

COMPLETE PISTON ASSEMBLY INCLUDES:

KS 34003 PISTON CROWN

KS 34007 PISTON SKIRT

KS 34008 UPPER SPHERICAL BEARING HALF

KS 34009 CY!. PIN FOR KS 34008

KS 34014 LOWER SPHERICAL BEARING HALF, TWO-PART

KS 34020 CYL. PIN FOR KS 34014

KS 34021 NOZZLE FOR KS 34002

KS 34024 CONTROL RING

KS 34025 CY!. PIN FOR KS 34024

KS 34027 RING

KS 34028 SLEEVE FOR KS 34027

KS 34029 CONTROL SPRING FOR KS 34027

KS 34030 PIN

KS 34031 TENSION BOLT

KS 34034 THRUST RING

KS 34035 PAWL

KS 34036 BUSH

KS 34037 STOPPER PLATE FOR KS 34036

KS 34044 LOCKING PLATE FOR 34037

KS 34045 O-RING FOR KS 34002

KS 34046 O-RING FOR KS 34005

KS 34050 SPRING ELEMENT, COMPLETE FOR KS 34035

KS 34401 PISTON RING

KS 34406 PISTON RING (CHROME-CERAMIC)

KS 34420 OIL SCRAPER RING
PART NUMBER:
 

PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS:

PISTONS SHALL BE INDIVIDUALLY PRESERVED, PACKAGED, PACKED IN WOODEN BOXES AND MARKED. RFID TAGS ARE NOT REQUIRED.

INDIVIDUAL PACK & MARK ___YES ___NO BAR-CODE___YES ___NO

QTY: _2_ PRICE: $____________UNIT OF ISSUE: _EA_ TOTAL: $____________

COAST GUARD’S REQUESTED DELIVERY DATE: ON or before 07/02/2021

VENDORS EARLIEST/BEST DELIVERY: __________ARO (Day / Week / Month)

ITEM #2:


NSN: 2815-01-445-5315
DESCRIPTION: CONNECTING ROD, PIST

DESCRIPTIVE DATA:

CON-ROD HAS A SPHERICAL HEAD WITH A FLANGE ON THE OTHER FOR MOUNTING TO THE CRANK.  O/A LGTH.934MM, HEAD DIA.240MM, FLANGE DIA.396MM

PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS:

CONNECTING RODS SHALL BE INDIVIDUALLY PRESERVED, PACKAGED, PACKED IN WOODEN BOXES AND MARKED. RFID TAGS ARE NOT REQUIRED.

COMMERCIAL PACKAGING PER WARTSILA IS ACCEPTABLE

INDIVIDUAL PACK & MARK ___YES ___NO BAR-CODE___YES ___NO

QTY: _2_ PRICE: $____________UNIT OF ISSUE: _EA_ TOTAL: $____________

COAST GUARD’S REQUESTED DELIVERY DATE: ON or before 07/02/2021

VENDORS EARLIEST/BEST DELIVERY: __________ARO (Day / Week / Month)

The item(s) is/are used on various US Coast Guard vessels. Substitute part numbers are NOT acceptable. 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.

CREDIT CARD: _____YES_____NO PURCHASE ORDER: _____YES_____NO

PAYMENT TERMS: ______________ SMALL BUSINESS: ___YES ___NO

VENDOR NAME: ______________________________________________

VENDOR ADDRESS: ______________________________________________

_______________________________________________

VENDOR POC: ____________________________________________________

PH: _________________________________ FAX: ________________________

EMAIL: ___________________________________________________________

*TIN NO: ____________________________________ (Required – Must be Included)

*DUNS NO: __________________________________ (Required – Must be Included)

ACTIVE IN SYSTEM FOR AWARD MANAGEMENT (REQUIRED FOR AWARD)

(www.sam.gov): _______YES ________NO

Part covered under GSA Contract _____YES______NO (if yes, mark below)

CONTRACT NUMBER: ______________________

Note: FOB Destination pricing is preferred, however, if item quoted is not FOB Destination quotation must include as a separate line item for the following:

* Estimated shipping: $___________ (MUST BE INCLUDED, if not FOB Destination)

*If FOB Origin pricing (City, State): ______________________________________

*SHIP TO:

United States Coast Guard SFLC
Receiving Room – BLDG 88
2401 Hawkins Point RD
Baltimore, MD 21226

NOTE: PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS: AS NOTATED ABOVE WITH SPECIFIC ITEM

It is anticipated that a purchase order shall be awarded as a result of this synopsis/solicitation.  THIS AWARD WILL BE BASED ON PRICE.

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 (JUNE 2020); 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. Offeror may obtain full text versions of these clauses electronically at www.ecfr.gov 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (JAN 2021)

(1)  52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (JUNE              2020) (Pub. L. 109-282) (31 U.S.C. 6101 note).

(2)52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Porposed for Debarment (JUN 2020) (31 u.s.c.6101 note).
(3) (i) 52.219-6, Notice of Total Small Business Aside (NOV 2020) (15 U.S.C. 644).
(4) 52.219-13, Notice of Set-Aside of Orders (MAR 2020) (15 U.S.C. 644(r)).
(5) 52.219-28, Post Award Small Business Program Representation (NOV 2020) (15 U.S.C. 632(a)(2)).
(6) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
(7) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (JAN 2020) (E.O. 13126).
(8) 52.222-21, Prohibition of Segregated Facilities (APR 2015).
(9) 52.222-26, Equal Opportunity (SEP 2016) (E.O. 11246).
(10) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUNE 2020) (29 U.S.C. 793).
(11) (i) 52.222-50, Combating Trafficking in Persons (OCT 2020) (22 U.S.C. chapter 78 and E.O. 13627).
(12) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (JUNE 2020) (E.O. 13513).
(1) (i) (11) (i) 52.225-1, Buy American Supplies  (JAN 2021)
(13) 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2021) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
(14) 52.232-33, Payment by Electronic Funds Transfer— System for Award Management (Oct 2018) (31 U.S.C. 3332).

Bid Protests Not Available

Similar Past Bids

Curtis bay Maryland 05 Aug 2020 at 4 PM
Houston Texas 10 Mar 2020 at 3 PM
Curtis bay Maryland 02 Jul 2021 at 5 PM
Curtis bay Maryland 15 Nov 2021 at 5 PM
Curtis bay Maryland 06 Apr 2021 at 2 PM

Similar Opportunities

Independence Ohio 27 Feb 2026 at 5 AM (estimated)
Independence Ohio 27 Feb 2026 at 5 AM (estimated)
San diego California 30 Sep 2025 at 4 AM (estimated)
Mechanicsburg Pennsylvania 28 Jul 2025 at 8 PM
Mechanicsburg Pennsylvania 18 Jul 2025 at 8 PM