VARIOUS TRUCK & BUS AG PARTS

Agency: HOMELAND SECURITY, DEPARTMENT OF
State: Federal
Type of Government: Federal
FSC Category:
  • 53 - Hardware and Abrasives
NAICS Category:
  • 333618 - Other Engine Equipment Manufacturing
Posted Date: Apr 17, 2024
Due Date: Apr 23, 2024
Solicitation No: 70Z08024QZC043
Bid Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Follow
VARIOUS TRUCK & BUS AG PARTS
Active
Contract Opportunity
Notice ID
70Z08024QZC043
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
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 17, 2024 10:56 am EDT
  • Original Date Offers Due: Apr 23, 2024 10:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 08, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5330 - PACKING AND GASKET MATERIALS
  • NAICS Code:
    • 333618 - Other Engine Equipment Manufacturing
  • Place of Performance:
Description

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





Item 1)

NSN: 5330-12-309-6015



GASKET BODY



SADDLE WASHER FOR THE SSDG.





INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MIL-STD-2073-1E METHOD 10, PACKED IN AN APPROPRIATELY SIZED ASTM-D5118 DOUBLE-WALL FIBERBOARD BOX.





FAILURE TO MEET THE PACKING, PACKAGING, MARKING AND BAR-CODING REQUIREMENTS WILL RESULT IN WAREHOUSE REJECTION AND ITEMS WILL BE SHIPPED BACK TO VENDOR.





MARKING IAW MIL-STD-129R EXCEPT BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY





MFG: MAN TRUCK & BUS AG



PN: 51.96501.0348



QTY: 74 EA









Item 2)

NSN: 2910-12-328-8199



PUMP, FUEL, CAM ACTUATED



FUEL PUMP ASSEMBLY USED AS PART OF THE SSDG ON THE 87 WPB VESSELS.





EACH ITEM SHALL BE INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MIL-STD-2073-1E METHOD 10, CUSHIONED AS APPROPRIATE TO PREVENT DAMAGE FROM MOVEMENT OR EXTERNAL IMPACT.



ITEM SHALL THEN BE PACKED IN AN APPROPRIATELY SIZED ASTM-D5118 DOUBLE-WALL FIBERBOARD BOX.





EACH PACKAGE SHALL BE MARKED IAW MIL-STD-129R EXCEPT BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY.



FAILURE TO MEET REQUIREMENTS FOR PACKAGING, PACKING, MARKING AND BAR-CODING WILL RESULT IN THE ITEM(S) BEING REJECTED AT THE WAREHOUSE AND RETURNED TO THE VENDOR





MFG: MAN TRUCK & BUS AG



PN: 51.12101.7047



QTY: 11 EA







Item 3)

NSN: 2930-12-344-1590



PUMP, COOLING SYSTEMS, ENGINE



PERFORMANCE DIESEL JABSCO WATER PUMP.





EACH ITEM SHALL BE INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MIL-STD-2073-1E METHOD 10, CUSHIONED AS APPROPRIATE TO PROTECT AGAINST MOVEMENT AND EXTERNAL DAMAGE FROM



IMPACT. EACH ITEM SHALL THEN BE PACKED IN AN APPROPRIATELY SIZED ASTM-D5118 DOUBLEWALL FIBERBOARD BOX.





EACH PACKAGE SHALL BE MARKED IAW MIL-STD-129R EXCEPT BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY.





FAILURE TO MEET REQUIREMENTS FOR PACKAGING, PACKING, MARKING AND BAR-CODING WILL RESULT IN THE ITEM(S) BEING REJECTED AT THE WAREHOUSE AND RETURNED TO THE VENDOR.





MFG: MAN TRUCK & BUS AG



PN: 29600-1201



QTY: 15 EA







Item 4)

NSN: 5945-12-357-6403



SOLENOID, ELECTRICAL



ELECTRICAL SOLENOID USED AS PART OF THE MAN SSDG USED ON THE 87 WPB VESSELS.





EACH ITEM SHALL BE INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MIL-STD-2073-1E METHOD 10, CUSHIONED AS APPROPRIATE TO PREVENT MOVEMENT OR DAMAGE FROM EXTERNAL IMPACT.





EACH ITEM SHALL THEN BE PACKED IN AN APPROPRIATELY SIZED ASTM-D5118 DOUBLE-WALL FIBERBOARD BOX.





EACH PACKAGE SHALL BE MARKED IAW MIL-STD-129R EXCEPT BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY.





FAILURE TO MEET REQUIREMENTS FOR PACKAGING, PACKING, MARKING AND BAR-CODING WILL RESULT IN THE ITEM(S) BEING REJECTED AT THE WAREHOUSE AND RETURNED TO THE VENDOR.





MFG: MAN TRUCK & BUS AG



PN: 51.11613-0018



QTY: 3 EA







Item 5)

NSN: 2990-01-F13-3439



PUMP, FUIEL, CAM ACTUATED



J/W TEMPERATURE SENDER



JACKET WATER TEMPERATURE SENSOR USED ON THE MAN SSDG ON THE 87 WPB VESSELS.





EACH ITEM SHALL BE INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MIL-STD-2073-1E METHOD 10, CUSHIONED IN A DOUBLE LAYER OF 3/4 IN BUBBLE WRAP AND PACKED IN AN APPROPRIATELY SIZED ASTM-D5118 DOUBLE-WALL FIBERBOARD BOX.





EACH PACKAGE SHALL BE MARKED IAW MIL-STD-129R EXCEPT BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY.





FAILURE TO MEET REQUIREMENTS FOR PACKAGING, PACKING, MARKING AND BAR-CODING WILL RESULT IN THE ITEM(S) BEING REJECTED AT THE WAREHOUSE AND RETURNED TO THE VENDOR.





MFG: MAN TRUCK & BUS AG



PN: 10-35-1687



QTY: 3 EA











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 333618 and the business size standard is 1500. 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)





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
Contracting Office Address
  • 300 EAST MAIN ST, STE 950, VESS DIV
  • NORFOLK , VA 23510
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 17, 2024 10:56 am EDTCombined 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 GSA, FAS, TTL, QMAAB Multiple Award Schedule (MAS) Industry Day - Contractor

Federal Agency

Follow GSA, FAS, TTL, QMAAB Multiple Award Schedule (MAS) Industry Day - Contractor

Federal Agency

Follow 53--SCREW,CAP,HEX HD Active Contract Opportunity Notice ID N0010424QFC55 Related Notice Department/Ind. Agency

DEPT OF DEFENSE

Bid Due: 4/30/2024

Follow FD2020-22-00798 Active Contract Opportunity Notice ID FD2020-22-00798 Related Notice Department/Ind. Agency DEPT

DEPT OF DEFENSE

Bid Due: 5/16/2027