Skip to main content

An official website of the United States government

You have 2 new alerts

CIRCUIT BREAKER

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)
  • Original Published Date: Aug 27, 2024 12:42 pm EDT
  • Original Date Offers Due: Sep 02, 2024 10:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Sep 17, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 5925 - CIRCUIT BREAKERS
  • NAICS Code:
    • 334418 - Printed Circuit Assembly (Electronic Assembly) Manufacturing
  • Place of Performance:

Description

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

Item 1:

NSN:  5925-01-684-5646

CIRUIT BREAKER

MAIN SWITCHBOARD CIRCUIT BREAKER

PART NUMBER: XT4NE3250EAA000XXX

QTY: 15/EA

MFGR: ABB INC. SUBSTATION AUTOMATION

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 APPROPRIATE SIZED PALLET TO FACILITATE FORKLIFT USE.

Delivery shall be F.O.B. Destination to: USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore MD 21226, Mark for: Receiving Room Bldg. 88

This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2024-06 (July 30, 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 334418 and the business size standard is 750. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.106 apply. 

Substitute parts are not acceptable.  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 ABB INC. SUBSTATION AUTOMATION and/or their authorized distributor can offer these units. Concerns having the expertise and required capabilities to provide this item are invited to submit complete information discussing the same within two (2) calendar days from the day this notice posted.  The data must include sufficient detail to allow the Coast Guard to evaluate the proposal relative to the requirements. The information submitted must include a letter from the OEM verifying the offeror is an authorized distributor verifying the OEM will supply genuine OEM parts.

The U.S. Coast Guard intends to award on an 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 SYSTEMS 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 SEP. 2, 2024 at 10:00 am Eastern Standard Time

ALL INVOICES ARE SUBMITTED TO WWW.IPP.GOV
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 (Nov 2021); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Dec 2022) 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 (Dec 2022); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dec 2022). 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) 52.212-5 are applicable: FAR 52.219-28, Post Award Small Business Program representation (Oct 2022)(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.

CGAP 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: www.uscg.mil/acquisition/procurement/pdf/CIM_4200_19H.pdf

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

  • Sep 17, 2024 11:55 pm EDTCombined Synopsis/Solicitation (Original)