Federal Bid

Last Updated on 01 Jun 2022 at 12 PM
Combined Synopsis/Solicitation
Curtis bay Maryland

STEERING REPEATER COMPASS

Solicitation ID 70Z08022QZC118
Posted Date 01 Jun 2022 at 12 PM
Archive Date 22 Jun 2022 at 4 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Sflc Procurement Branch 1(00080)
Agency Department Of Homeland Security
Location Curtis bay Maryland United states 21226

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

NSN:  6605 01-629-3320

STEERING REPEATER COMPASS

READING ACCURANCY 0.1 DEGREE

SUPPLY VOLATAGE 24VDC (8-36 VDC)

POWER CONSUPTION MAX 8W

EACH ITEM SHALL BE INDIVIDUALLY PACKAGED IN

ACCORDANCE WITH MIL-STD-2073-1E METHOD 10, CUSHIONED AS APPROPRIATE TO PREVENT MOVEMENT IN THE PACKAGING AND DAMAGE FROM

EXTERNAL IMPACT. EACH ITEM SHALL THEN BE PACKED IN AN APPROPRIATELY SIZED ASTMD5118

DOUBLE-WALL FIBERBOARD BOX.

EACH PACKAGE SHALL BE MARKED IAW MIL-STD-129R

EXCEPT BARCODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY.

ALL ITEMS ARE INSPECTED WHEN DELIVERED TO THE

COAST GUARD WAREHOUSE. FAILURE TO MEET THE REQUIREMENTS FOR PACKAGING, PACKING,

MARKING (PP&M) AND BAR-CODING WILL

RESULT IN THE ITEM(S) BEING REJECTED AND

POSSIBLY RETURNED TO THE VENDOR. THIS WILL

DELAY PAYMENT. ANY QUESTIONS CONCERNING THE

PP&M REQUIREMENTS OR BAR-CODING SHOULD

BE ADDRESSED WITH THE CONTRACTING OFFICER PRIOR TO CONTRACT AWARD.

MFG NAME: RAYMARINE CO

PART_NBR: 133-560.NG011

Quantity needed: SIXTEEN (16) EACH

Raytheon Marine Co. is the Original Equipment Manufacturer (OEM) of the Steering Repeater used on the 87’ WPB Coast Guard vessels. The reproduction manufacturing drawings, specifications and other technical data have not been purchased and is proprietary. The material, manufacturing processes and technical data of the Steering Repeater and associated parts are proprietary to the OEM and not for sale as was requested by the Coast Guard. "Vendors who have previously successfully supplied the item listed to the USCG or Federal Supply System may also participate. Vendors must include contract number and identify the Federal entity with which the contract was performed." Vendors other than OEM shall provide documentation stating the Steering Repeater they are submitting for evaluation is authentic to Raytheon Marine Co. Vendors other than OEM shall provide documentation certifying the Steering Repeater meets OEM specifications and standards and they pertain to the 87’ WPB Patrol Vessels.

**FOB DESTINATION PRICING**

 The items are used on various US Coast Guard vessels. All items will be individually packaged and bar-code in accordance with Coast Guard specification IAW SP-PP&M-001. Inspection and acceptance shall take place at Destination after verification of preservation, individual packaging and marking/bar coding 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, 2401 Hawkins Point Road, Baltimore MD 21126, Mark for: Receiving Room bldg 88

Required delivery date no later than: AUGUST 15, 2022 OR SOONER


This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2021 07 (SEPT 2021) 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 333999 and the business size standard is 500. The resultant chase order will be awarded using simplified acquisition procedures in accordance with FAR 13 apply.  The U.S. Coast Guard intends to award on an all or none basis to a responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government.  The Coast Guard intends to award on a Firm Fixed Price Contract.
 

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 SYSTEMS FOR AWARD MANAGEMENT (www.sam.gov) and shall provide the company Tax Information Number (TIN) with their offer.

The closing date and time for receipt of quote is JUNE 7, 2022, 1:00 PM Eastern Standard Time


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

__HSAR 3052.209-70 Prohibition on contracts with corporate expatriates (June 2006)

(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 (December 2016) 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.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2020); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (OCT 2020). The following clauses listed within FAR

 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015), 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553), 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)52.212-5 are applicable: FAR 44),  FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb  2016) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (April 2015); FAR 52.222-26, Equal Opportunity (April 2015)(E.O. 11246); FAR 52.222-36, Equal Opportunity for workers with disabilities (July 2014); FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); FAR 52.225.1 Buy American Act-Supplies (May 2014); FAR 52.225-3, Buy American Act-Free Trade Agreement (May 2014)(41 U.S.C. 10a-10d); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (July 2013)(31 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: Copies of HSAR clauses may be obtained electronically at www.dhs.gov.

CGAP 3042.302-90 Valuation Requirements for the Acquisition of Spare Parts

Purchased for Inventory Control Points from HQ Contracts (OCT 2008).

Copies of CGAP clauses may be obtained electronically at: www.uscg.mil/acquisition/procurement/pdf/CIM_4200_19H.pdf

Bid Protests Not Available

Similar Past Bids

Marine Illinois 08 Nov 2017 at 12 AM
Jacksonville Florida 21 May 2012 at 3 PM
Curtis bay Maryland 05 Feb 2021 at 6 PM
Location Unknown 05 Jun 2019 at 3 PM
Location Unknown 19 Nov 2019 at 4 PM

Similar Opportunities

Location Unknown 10 Jul 2025 at 4 AM
Anchorage Alaska 08 Jul 2025 at 10 PM
Anchorage Alaska 10 Jul 2025 at 8 PM
Anchorage Alaska 08 Jul 2025 at 10 PM
Anchorage Alaska 08 Jul 2025 at 10 PM