Federal Bid

Last Updated on 08 Apr 2020 at 1 PM
Combined Synopsis/Solicitation
Baltimore Maryland

SCBA M7 Responders Part

Solicitation ID 70Z04020Q5SP022
Posted Date 08 Apr 2020 at 1 PM
Archive Date 07 May 2020 at 4 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Sflc Procurement Branch 3(00040)
Agency Department Of Homeland Security
Location Baltimore Maryland United states 21226

The United States Coast Guard Surface Forces Logistics Center has a requirement and requesting quotations for the following parts:

Item 1)  NSN 4240 01-685-5089

LEFT DOUBLE PULL BELT (9)

P/N  10025941

Quantity:  40 EA $_______

Item 2) NSN  4240 01-685-5120

LEFT SHOULDER STRAP (2)

P/N  10048173

Quantity:  40 EA $_______

Item 3)  NSN 4240 01-685-6333

LEFT CHEST STRAP (4)

P/N  10102886 

Quantity:  40 EA $_______

Item 4)  NSN 4240 01-685-6337

RIGHT CHEST STRAP (4A)

P/N 10102861

Quantity:  40 EA $_______

Item 5)  NSN  4240 01-685-5123

LEFT DOUBLE PULL STRAP (5)

P/N  10102860

Quantity:  40 EA $_______

Item 6)  NSN 4240 01-685-5182

RIGHT DOUBLE PULL STRAP (6)

P/N 10102859

Quantity:  40 EA $_______

Item 7)  NSN 4240 01-685-6323

RIGHT DOUBLE PULL BELT

P/N  10102838

Quantity:  40 EA $_______

**ALL ITEMS SHALL BE INDIVIDUALLY PACKAGE IAW MIL-STD-2073-1E METHOD 10 AS DESCRIBED BELOW:

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.

Delivery Schedule - Delivery is required by 6/15/20.  Please provide your proposed delivery________

Used on various U. S. Coast Guard Boats.  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.

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.

It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this synopsis/solicitation.  It is the Government’s belief that only Mine Safety Appliance/MSA and or their authorized distributors can obtain the required technical and engineering data, and genuine OEM parts, required to successfully provide these items. 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.  The information submitted must include a letter from the OEM verifying the offeror is an authorized distributor, and verifying the OEM will supply only genuine OEM parts.

This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2020-04 (JAN 2020) 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 APR 22, 2020_, 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 (Oct. 2018); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018) 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 2018); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct  2018); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (OCT 2019). The following clauses listed within FAR 52.212-5 are applicable FAR 52.219-6 Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644); 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 (Jan 2018)(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.

Bid Protests Not Available

Similar Past Bids

Kirtland air force base New mexico 22 Jul 2015 at 10 PM
Location Unknown 05 Jun 2018 at 1 PM
Bennet Nebraska 08 Apr 2009 at 9 PM
Laughlin air force base Texas 21 Dec 2007 at 5 AM

Similar Opportunities

Pennsylvania 31 Dec 2025 at 5 AM
Pennsylvania 31 Dec 2099 at 5 AM
Pennsylvania 31 Dec 2099 at 5 AM
Location Unknown 22 Nov 2025 at 5 AM (estimated)