Federal Bid

Last Updated on 12 Aug 2021 at 1 PM
Solicitation
Curtis bay Maryland

SWITCH, PRESSURE

Solicitation ID 70Z08521Q40367B00
Posted Date 12 Aug 2021 at 1 PM
Archive Date 01 Sep 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, IBCT 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 AUGUST 17, 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, 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 334512. 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 __ unrestricted __set aside: _X­ 100% for: _X_ 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.  

ITEM #1:
NSN: 5930 01-470-7052
DESCRIPTION: SWITCH, PRESSURE
PART NUMBER: 25165-420

DESCRIPTIVE DATA:

TANK LEVEL INDICATOR NEEDS 35 FEET OF CABLE ON TLI

TANK LEVEL INDICATOR COMES UNCALIBRATED AND NEEDS TO BE CAIBRATED

TO THE TANK BEFORE INSTALLATION.  CUTTER'S TANK NUMBER SHALL BE PROVIDED TO THE VENDOR SO THEY CAN PROGRAM THE TLI TO THE TANKS SPECIFICATIONS.

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

INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MILSTD- 2073-I E METHOD 10, USING WEATHERRESISTANT PAPERBOARD FOLDING WITH WATERPROOF BARRIER MATERIALS AND CUSHIONED IN A DOUBLE LAYER OF 3/4 IN BUBBLE WRAP AND PACKED IN AN APPROPRIATELY SIZED ASTM-D5118 DOUBLE-WALL FIBERBOARD BOX.

MARKING IAW MIL-STD-129R & BAR CODING IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY.

MFG NAME: ELECTRONIC MARINE SYSTEMS

PART_NBR: 25165-420

INDIVIDUAL PACK & MARK ___YES ___NO BAR-CODE___YES ___NO

QTY: _7_ PRICE: $____________UNIT OF ISSUE: _EA_ TOTAL: $____________

COAST GUARD’S REQUESTED DELIVERY DATE: ON or Before 10/1/2021

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 (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 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. FAC 2021-05 DATED 3/10/21

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) (i) 52.219-6, Notice of Total Small Business Aside (NOV 2020) (15 U.S.C. 644).
(2) 52.219-13, Notice of Set-Aside of Orders (MAR 2020) (15 U.S.C. 644(r)).
(3) 52.219-28, Post Award Small Business Program Representation (NOV 2020) (15 U.S.C. 632(a)(2)).
(4 ) 52.222-3, Convict Labor (June 2003) (E.O. 11755).
(5) 52.222-19, Child Labor—Cooperation with Authorities and Remedies (JAN 2020) (E.O. 13126).
(6) 52.222-21, Prohibition of Segregated Facilities (APR 2015).
(7) 52.222-26, Equal Opportunity (SEP 2016) (E.O. 11246).
(8) (i) 52.222-36, Equal Opportunity for Workers with Disabilities (JUNE 2020) (29 U.S.C. 793).
(9) (i) 52.222-50, Combating Trafficking in Persons (OCT 2020) (22 U.S.C. chapter 78 and E.O. 13627).
(10) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (JUNE 2020) (E.O. 13513).
(11) (i) 52.225-1, Buy American Supplies  (JAN 2021) 
(12) 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).
(13) 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 03 Aug 2021 at 7 PM
Baltimore Maryland 03 Nov 2021 at 5 PM
Curtis bay Maryland 02 Jul 2021 at 5 PM
Curtis bay Maryland 06 Apr 2021 at 2 PM
Curtis bay Maryland 15 Nov 2021 at 5 PM

Similar Opportunities

Philadelphia Pennsylvania 17 Jul 2025 at 10 PM
Hill air force base Utah 12 Jul 2025 at 6 PM
Independence Ohio 27 Feb 2026 at 5 AM (estimated)
Independence Ohio 27 Feb 2026 at 5 AM (estimated)
Anniston Alabama 17 Jul 2025 at 4 PM