PARTS KIT, BEARING REPLACEMENT

Agency: HOMELAND SECURITY, DEPARTMENT OF
State: Federal
Type of Government: Federal
FSC Category:
  • 31 - Bearings
NAICS Category:
  • 339991 - Gasket, Packing, and Sealing Device Manufacturing
Set Aside: Total Small Business Set-Aside (FAR 19.5)
Posted Date: Apr 17, 2024
Due Date: Apr 23, 2024
Solicitation No: 70Z08024QCV237
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
PARTS KIT, BEARING REPLACEMENT
Active
Contract Opportunity
Notice ID
70Z08024QCV237
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
SFLC PROCUREMENT BRANCH 1(00080)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Apr 17, 2024 08:44 am EDT
  • Original Published Date: Apr 17, 2024 08:19 am EDT
  • Updated Date Offers Due: Apr 23, 2024 10:00 am EDT
  • Original Date Offers Due: Apr 23, 2024 10:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: May 08, 2024
  • Original Inactive Date: May 08, 2024
  • Initiative:
    • None
Classification View Changes
  • Original Set Aside:
  • Updated Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 3120 - BEARINGS, PLAIN, UNMOUNTED
  • NAICS Code:
    • 339991 - Gasket, Packing, and Sealing Device Manufacturing
  • Place of Performance:
Description View Changes

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





Item 1)

NSN: 3120-01-605-7510



PARTS KIT, BEARING REPLACEMENT





FRC-B PROPELLER SHAFT AFT STAVE BEARING SPLIT EXTERNAL RETAINING RING KIT. CONSISTS OF (1) SPLIT EXTERNAL RETAINING RING PART # 807520381-F AND (10) SOCKET HEAD CAP SCREWS PART # 893011602.





EACH ITEM SHALL BE INDIVIDUALLY PRESERVED AND PACKAGED AS APPROPRIATE IN ACCORDANCE WITH MIL-STD-2073-1E METHOD 10 IN AN APPROPRIATELY SIZED ASTM-D6251 TYPE III, CLASS 1 WOOD-CLEATED PANEL-BOARD SHIPPING BOX, ASTM-D6880 CLASS 2 HEAVY DUTY SCREWED WOODEN BOX OR ASTM-D5118 HEAVY DUTY DOUBLE-WALL FIBERBOARD BOX AS APPROPRIATE CUSHIONED OR SECURED TO PREVENT DAMAGE FROM MOVEMENT OR EXTERNAL IMPACTS. ANY



CRATES OR BOXES WEIGHING OVER 50 LBS SHALL BE SKID MOUNTED OR SECURED TO AN APPROPRIATELY SIZED PALLET TO FACILITATE FORKLIFT USE.





MFG: DURAMAX MARINE LLC



PN: 80920203000005



QTY: 5 EA







Item 2)

NSN: 3120-01-605-7345



PARTS KIT, BEARING REPLACEMENT





FRC-B PROPELLER SHAFT FORWARD STAVE BEARING EXTERNAL RETAINING RING KIT. CONSISTS OF (1) SPLIT EXTERNAL RETAINING RING PART # 807520380-F AND (10) SOCKET HEAD CAP SCREWS PART # 893110800.





EACH ITEM SHALL BE INDIVIDUALLY PRESERVED AND PACKAGED AS APPROPRIATE IN ACCORDANCE WITH MIL-STD-2073-1E METHOD 10 IN AN APPROPRIATELY SIZED ASTM-D6251 TYPE III, CLASS 1 WOOD-CLEATED PANEL-BOARD SHIPPING BOX, ASTM-D6880 CLASS 2 HEAVY DUTY SCREWED WOODEN BOX OR ASTM-D5118 HEAVY DUTY DOUBLE-WALL FIBERBOARD BOX AS APPROPRIATE CUSHIONED OR SECURED TO PREVENT DAMAGE FROM MOVEMENT OR EXTERNAL IMPACTS. ANY



CRATES OR BOXES WEIGHING OVER 50 LBS SHALL BE SKID MOUNTED OR SECURED TO AN APPROPRIATELY SIZED PALLET TO FACILITATE FORKLIFT USE.





MFG: DURAMAX MARINE LLC



PN: 80920203000004



QTY: 6 KT







The items are used on various US Coast Guard vessels. All items shall be individually packaged and marked IAW the above packaging requirements. 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 21226





NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY.





Brand Name part is mandatory to be considered for award, offers of “equal” products must meet the salient physical, functional, or performance characteristic specified in this solicitation and USCG will determine if alternate part is acceptable.





This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2024-03 (Feb 2024) 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 339991 and the business size standard is 600. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.106 apply.





The U.S. Coast Guard intends to award on all or none basis to a responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government. Award will be lowest price technically acceptable. 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 System 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 Apr 23, 2024. at 10:00 am 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 (Sep 2023); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Feb 2024) 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 (Nov 2023); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2024)





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)





The following clauses listed within 52.212-5 are applicable:





FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Jun 2020, with Alternate I (Nov 2021)





FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Mar 2020)



FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2020)



52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (June 2020)





52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (June 2020) (31 U.S.C. 6101 note).



FAR 52.219-28, Post Award Small Business Program representation (Sep 2023)(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 2022) (E.O. 13126)



FAR 52.222-21, Prohibition of Segregated Facilities (April 2015)



FAR 52.222-26, Equal Opportunity (Sep 2016)(E.O. 11246)





FAR 52.222-36, Equal Opportunity for workers with disabilities (Jun 2020)





FAR 52.222-50, Combat Trafficking in Persons (October 2020)(22 U.S.C. chapter 78 and E.O. 13627)





FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Jun 2020) (E.O. 13513)





FAR 52.225-1 Buy American Act-Supplies (Oct 2022)





FAR 52.225-3, Buy American Act-Free Trade Agreement (Oct 2022)(41 U.S.C. 10a-10d)





FAR 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021)





52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018)(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.









GAP 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: ww.uscg.mil/acquisition/procurement/pdf/CIM_4200_19H.pdf








Attachments/Links
Contact Information View Changes
Contracting Office Address
  • 300 EAST MAIN ST, STE 950, VESS DIV
  • NORFOLK , VA 23510
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 FD2030-24-00142 Active Contract Opportunity Notice ID FD2030-24-00142 Related Notice Department/Ind. Agency DEPT

Federal Agency

Bid Due: 11/28/2024

Follow 31--BUSHING Active Contract Opportunity Notice ID N0010424QFC71 Related Notice Department/Ind. Agency DEPT

DEPT OF DEFENSE

Bid Due: 5/20/2024

Follow 31--BEARING HALF,SLEEVE Active Contract Opportunity Notice ID SPE4A624T59N8 Related Notice Department/Ind. Agency

DEPT OF DEFENSE

Bid Due: 5/01/2024

31--BEARING,SLEEVE Active Contract Opportunity Notice ID SPE4A624T60F4 Related Notice Department/Ind. Agency Looking for

Federal Agency

Bid Due: 5/01/2024