Imtra Windshield wiper blades

Agency: HOMELAND SECURITY, DEPARTMENT OF
State: Federal
Type of Government: Federal
FSC Category:
  • 20 - Ship and Marine Equipment
NAICS Category:
  • 336611 - Ship Building and Repairing
Posted Date: Dec 1, 2022
Due Date: Dec 12, 2023
Solicitation No: 70Z04023Q5DZ002
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
Imtra Windshield wiper blades
Active
Contract Opportunity
Notice ID
70Z04023Q5DZ002
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
SFLC PROCUREMENT BRANCH 3(00040)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Dec 01, 2022 04:08 pm EST
  • Original Date Offers Due: Dec 12, 2023 11:00 am EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Dec 27, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 2090 - MISCELLANEOUS SHIP AND MARINE EQUIPMENT
  • NAICS Code:
    • 336611 - Ship Building and Repairing
  • Place of Performance:
Description

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



Item 1) 2090 01-599-8556, BLADE, WINDSHIELD WIPER



OVERALL LENGTH 19.7 INCHES NOMINAL



INSERT REPLACEABILITY - REPLACEABLE



WIPER ARM ADAPTER NOT INCLUDED



SPECIAL FEATURES WEIGHT: 0.125 LBS; REPLACEMENT



BLADE INSERT: EX2126.001



P/N EX2175



Quantity: 300 EA $_______



Delivery _____________



**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.



**ALL ITEMS INDIVIDUALLY PACKAGED AND MARKED MAY BE SHIPPIED IN A BOX MARKED "MULTIPACK"**



Delivery Schedule - Delivery is required by 2/1/2023. Please provide your proposed delivery________



Used on U. S. Coast Guard Small 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 Imtra Corp 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 2023-01 (DEC 2022) 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. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.5.



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 12/12/2022_, 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 (Sep 2021); 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.



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 (May 2022). 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 (Sep 2021)(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 2020)(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 (Jun 2020); FAR 52.225-3, Buy American Act-Free Trade Agreement (Jan 2021)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (Oct 2018); 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Jul 2013)(31 U.S.C.


Attachments/Links
Contact Information
Contracting Office Address
  • 2401 HAWKINS PT RD. BLDG 31 MS 26
  • BALTIMORE , MD 21226
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Dec 01, 2022 04:08 pm ESTCombined Synopsis/Solicitation (Original)

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Follow 2090 - 6K electric sit-down forklifts Active Contract Opportunity Notice ID N0010424QK030

DEPT OF DEFENSE

Bid Due: 5/21/2024

Follow 20--MODIFICATION KIT,MA Active Contract Opportunity Notice ID SPE7MC24T062V Related Notice Department/Ind. Agency

DEPT OF DEFENSE

Bid Due: 4/29/2024

Follow Electronic Leveling System Active Contract Opportunity Notice ID 25M-246A-DI Related Notice Department/Ind.

DEPT OF DEFENSE

Bid Due: 4/26/2024

Follow 20--TILE,BLANK,24X36 Active Contract Opportunity Notice ID N0010424RYB23 Related Notice Department/Ind. Agency DEPT

DEPT OF DEFENSE

Bid Due: 5/17/2024