Agency: | Department of Homeland Security |
---|---|
State: | Maryland |
Type of Government: | Federal |
Caegory: |
|
Posted Date: | Oct 10, 2017 |
Due Date: | Oct 17, 2017 |
Solicitation No: | 70Z08018Q21052 |
Bid Source: | Please Login to View Page |
Contact information: | Please Login to View Page |
Bid Documents: | Please Login to View Page |
Solicitation Number
:
70Z08018Q21052
Notice Type
:
Combined Synopsis/Solicitation
Synopsis
:
Added: Oct 10, 2017 4:09 pm
i. This is a combined synopsis/solicitation for commercial items prepared in accordance with Parts 12.603 and 13.5 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. This announcement constitutes the only request for quotations (RFQ) and a written RFQ will not be issued. ii. All correspondence regarding this acquisition shall reference RFQ Number 70Z08018Q21052. iii. This solicitation and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95. iv. This RFQ is NOT set aside for Small Business; therefore, all responsible sources may submit a quotation which shall be considered by the agency. The applicable North American Industry Classification Standard Code (NAICS) is 336611. The Small Business size standard is 1250 employees. v. The USCG Medium Endurance Cutter (MEC) Product Line has a requirement and is requesting quotation for the following :
1. Top End Overhaul Kit for NO. 1 Main Diesel Engine onboard USCGC LEGARE, 270'
vi. It is anticipated that a non-competitive purchase order will be awarded to Fairbanks Morse LLC, the Original Equipment Manufacturer (OEM), as a result of this request for quotation. Parts shall be certified OEM parts only. The OEM holds the proprietary rights to all technical documentation. Drawings, specifications and technical data proprietary to the OEM cannot be furnished by the Government. Concerns having the expertise and required capabilities to provide these same items are invited to submit complete information which shall include a letter from the OEM verifying the offeror is an authorized distributor and verifying only genuine, certified OEM parts will be supplied. The U.S. Coast Guard Surface Forces Logistics Center (SFLC), WMEC Product Line, intends to award a firm, fixed price purchase order. vii. Quote to be submitted by: 17 October 2017, 12:00 p.m. Delivery: The Government requires delivery of complete overhaul kit onboard CGC LEGARE the week of 18 December 2017.
(a) FOB:
If proposing FOB Origin shipping terms, Offerors shall include estimated shipping costs (for each destination) with their offer.
viii. FAR Clause 52.212-1, Instructions to Offerors-Commercial Items. The following addenda apply:
(a) Submission: Quotes shall be submitted electronically to Florence.m.harwood@uscg.mil. All submissions shall reference
ix. Evaluation. Award will be made to the contractor submitting a quotation that represents the lowest, technically acceptable, price. The Offeror shall be determined responsible in accordance with the standards of Federal Acquisition Regulation (FAR) Subpart 9.1, to be eligible for award.
x. FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items An offeror shall ensure annual representations and certificates have been completed electronically at System for Award Management (SAM) website. xi. FAR Clause 52.212-4, Contract Terms and Conditions--Commercial Items . The following addenda apply:
a) Invoicing: Submit invoices electronically to: fin-smb-invoices@uscg.mil
NOTE: Failure to submit a complete invoice to the office listed above may delay payment of invoice(s). Invoices shall be processed in accordance with the Prompt Payment Act (31 U.S.C.3903) and Office of Management and Budget (OMB) Circular A-125, Prompt Payment. The Contractor is encouraged to assign an identification number to each invoice submitted.
52.203-19, Prohibition on Requiring Certain Internal Confidentiality Agreements or Statements (JAN 2017) (section 743 of Division E, Title VII, of the Consolidated and Further Continuing Appropriations Act, 2015 (Pub. L. 113-235) and its successor provisions in subsequent appropriations acts (and as extended in continuing resolutions)).
xiii. Vendors shall have a valid DUNS number and be registered with the System for Award Management (SAM) to be eligible for award. xiv. Defense Priorities and Allocations System (DPAS) is not applicable to this requirement. xv. Quotes shall be submitted electronically to the Contract Administrator listed below. Quotes are due by 17 October 2017, 12:00 pm EST.
xvi. Contract Administration:
Contracting Office Address
:
2401 Hawkins Point Road
Building 31, Mail Stop 26 Baltimore, Maryland 21226-5000 United States
Primary Point of Contact.
:
|
With Free Trial, you can:
You will have a full access to bids, website, and receive daily bid report via email and web.
Opportunity History Original Synopsis Feb 08, 2019 3:16 pm Solicitation Number : 70Z08519S31956B00
Department of Homeland Security
Bid Due: 2/22/2019
Opportunity History Original Synopsis Feb 07, 2019 4:00 pm Solicitation Number : 2119409B4500AN140
Department of Homeland Security
Bid Due: 2/21/2019
Opportunity History Original Synopsis Jan 07, 2019 4:04 pm Solicitation Number : N00167-19-R-0006
Department of the Navy
Opportunity History Original Synopsis Feb 15, 2019 12:45 pm Solicitation Number : 70Z080-19-Q-P45996
Department of Homeland Security
Bid Due: 3/04/2019