The United States Coast Guard Surfaces Forces Logistics Center has a requirement and requesting quotations for the following parts:
Item 1) Model # KEN100K , Keyflex Aramid Roundsling, Match Pair
Rated Capacity: 100,000 lb vertical
Length Each: 60' 11"
Quantity: 2 ea
Delivery on or before 11/15/10
Item 2) Model # KEN80K , Keyflex Aramid Roundsling, Match Set
Rated Capacity: 80,000 lb vertical
Length Each: 33' 3"
Quantity: 4 ea
Delivery on or before 11/15/10
Item 3) Model # KEN125K , Keyflex Aramid Roundsling, Match Pair
Rated Capacity: 125,000 lb vertical
Length Each: 18' 0"
Quantity: 2 ea
Delivery on or before 11/15/10
Item 4) Model # KEN150K , Keyflex Aramid Roundsling, Match Pair
Rated Capacity: 150,000 lb vertical
Length Each: 23' 6"
Quantity: 2 ea
Delivery on or before 11/15/10.
The items are used on the US Coast Guard 110" WBP class cutters. The roundslings will have the ability to lift the required weight and be certified. Substitute part numbers are NOT acceptable.
Delivery shall be F.O.B. Origin to:
USCG Sector Guam
Victor III Wharf U.S Naval Base
Santa Rita, Guam 96540-1056
.
NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE
FROM THIS AGENCY.
Substitute parts are not acceptable.
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 Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is _October 28, 2010_, at _4_ p.m. Eastern Standard Time.
The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (JUN 2008); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (OCT 2010) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. The Offeror shall supply at least three (3) contracts completed during the past three years or currently in process for the same services as are being solicited under this solicitation. Contracts listed may include those entered into by the Federal Government, agencies of the state and local governments, foreign governments, and commercial customers. The Offeror shall provide include past performance information for any major subcontractor and must be relevant to the scope of work they may perform under the contract resulting from this solicitation. References other than those provided by the Offeror may be contacted by the Government to obtain additional information that shall be used in the evaluation of the offeror's past performance. The Government may waive the submission of past performance information by the offeror if adequate data already exists on file within this office.
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 (JUN 2010); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (OCT 2010). The following clauses listed within FAR 52.212-5 are applicable: 52.219-28, Post Award Small Business Program representation (APR 2009)(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 (JUL 2010)(E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (MAR 2007)(E.O. 11246); FAR 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010)(29 U.S.C. 793); FAR 52.222-50, Combating Trafficking in Persons (Feb 2009);FAR 52.223-18, Contractor Policy to Ban Text Message While Driving (SEP 2010)(E.O. 13513); FAR 52.225-1, Buy American Act-Supplies (Feb 2009)(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 (OCT 2003). The following items are incorporated as addenda to this solicitation: HSAR 3052.245-70, Government Property Reports (AUG 2008) (DEVIATION). Copies of HSAR clauses may be obtained electronically at www.dhs.gov.
FAR 52.246-1 Contractor Inspection Requirements (Apr 1984)
The Contractor is responsible for performing or having performed all inspections and tests necessary to substantiate that the supplies or services furnished under this contract conform to contract requirements, including any applicable technical requirements for specified manufacturers' parts. This clause takes precedence over any Government inspection and testing required in the contract's specifications, except for specialized inspections or tests specified to be performed solely by the Government.
(End of Clause)