Federal Bid

Last Updated on 23 Mar 2019 at 8 AM
Combined Synopsis/Solicitation
Location Unknown

SPONSON, INFLATABLE

Solicitation ID HSCG40-19-Q-AC066
Posted Date 28 Feb 2019 at 9 PM
Archive Date 23 Mar 2019 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
(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 HSCG40-19-Q-AC066 applies and is issued as a Request for Quotation.

(iii) This solicitation document and incorporated provisions and clauses are those in effect through FAC 2019-01 (20 DEC 2018).

(iv) This procurement is 100% set aside for small businesses. 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: 2040-01-595-6150 BRAND NAME ONLY - WING
INFLATABLES - PART NUMBER 9300128 - SPONSON, INFLATABLE INCLUDES: 40OZ POLYURETHANE FABRIC ORANGE; HYBRID WITH INNER AIR BLADDERS PORT AND STBD SIDES, FLL FOAM SET FOR PORT AND STBD SIDES; PORT AND STBD SHEATH SET WITH BOLT ROPE ATTACHMENTS, BOW FLAP, 16 1.5" D-RINGS WITH OUTBOARD LIFELINE ½" ROPE, 2 WING LOGOS, 2 U.S. COAST GUARD LOGOS; 1 PRESSURE GAGE, INSTALL KIT AND REPAIR KIT. QUANTITY 4 EACH. DELIVERY ON OR BEFORE 3/31/19

*EACH INFLATABLE COLLAR SPONSON IS TO BE PACKAGED IN AN APPROPRIATELY SIZED ASTMD6251 TYPE II, CLASE 1 WOOD CLEATED PANEL BOARD SHIPPING BOX OR ASTM-D6880 CLASS 2 HEAVY DUTY SCREWED WOODED BOX, SPONSON IS TO BE SECURED INSIDE THE BOX UTILIZING BLOCKING, AND BRACING TO PREVENT MOVEMENT DURING MULTIPLE SHIPMENTS. EACH PACKAGED IS TO BE MARKED IAW MIL-STD-129R AND BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY.

Line item two: NSN: 2090-01-656-5265 - BRAND NAME ONLY - WING INFLATABLES. PART NUMBER: 8400012-SSET. SHEATH SET - END ITEM - 2040-01-644-8357 FENDER, MARINE P/N 8400012 COMPLETE SHEATH W/O FOAM.

*INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MILSTD- 2073-1E
METHOD 10, CUSHIONING MATERIALS, DUNNAGE, BLOCKING AND BRACING SHALL BE APPLIED AS REQUIRED TO PROTECT THE ITEMS AND THE ENCLOSING MEDIA AND RESTRICT THE MOVEMENT OF THE ITEM WITHIN THE CONTAINER. THE ITEMS ARE TO BE PACKED INA CARDBOARD BOX IF NOT NORMALLY PACKAGED IN A WOODEN BOX. MARKING IAW MIL-STD-129R EXCEPT BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY*

**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:
a. 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note).
b. 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Oct 2014) (if the offeror elects to waive the preference, it shall so indicate in its offer) (15 U.S.C. 657a)
c. 52.219-6 Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644)
d. 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644 ®).
e. 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632 (a) (2)).
f. 52.222-3 Convict labor (June 2003) (E.O. 11755)
g. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (EO 11755)
h. 52.222-21, Prohibition of Segregated Facilities (Apr 2015)
i. 52.222-26 Equal Opportunity (Sept 2016)(E.O. 11246)
j. 52.222-36 Affirmative Action for Workers with Disabilities (Jul 2014)(29 U.S.C. 793)
k. 52.222-50, Combating Trafficking in Persons (Mar 2015)
l. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (EO. 13513)
m. 52.225-3, Buy American-Free trade Agreements- Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C 4001 note, Pub L. 103-182,108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43)
n. 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O's, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
o. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Jul 2013) (21 U.S.C. 3332).
p. 52.233-3 Protest after award (Aug 1996)
q. 52.233-4 Applicable Law for Breach of Contract Chain (Oct. 2004). The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. HSAR 3052.242-71 Dissemination of Contract Information (Dec 2003); Copies of HSAR clauses may be obtained electronically at: Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov
(xii) See required documents for scanned copies of each item requested.
(xiii) Defense Priorities and Allocations System (DPAS): N/A
(xiv) QUESTIONS ARE DUE BY MON. MARCH 4 2019 AT 12PM EST. QUOTES ARE
DUE BY THURS. MARCH 7, 2019 12 PM EST.
Proposals may be emailed to [email protected]
(xv) Point of Contact: Kimberly Wooters, Purchasing Agent, Tele. No. 410-762-6508, Email:
[email protected]

Bid Protests Not Available

Similar Past Bids

Location Unknown 30 Jul 2018 at 2 PM
Baltimore Maryland 14 Jul 2014 at 5 PM
Location Unknown 08 Jun 2018 at 9 PM
Baltimore Maryland 04 Aug 2015 at 5 PM
Baltimore Maryland 03 Sep 2013 at 4 PM

Similar Opportunities

Location Unknown 08 Jul 2025 at 4 AM
Christopher Illinois 18 Jul 2025 at 4 PM
Newport Oregon 18 Jul 2025 at 4 PM
Pennsylvania 21 Jul 2025 at 6 PM
Pennsylvania 22 Jul 2025 at 6 PM