BOW STOP ASSEMBLY
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: Jan 10, 2024 03:14 pm EST
- Original Date Offers Due: Jan 22, 2024 12:00 pm EST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Feb 06, 2024
- Initiative:
- None
Classification
- Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 2590 - MISCELLANEOUS VEHICULAR COMPONENTS
- NAICS Code:
- 336999 - All Other Transportation Equipment Manufacturing
- Place of Performance:
Description
- This is a combined synopsis/solicitation for commercial item contract, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued.
- Solicitation number 2124404B3000HE007 applies, and is issued as a Request for Quotation.
- This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02(FEB 2023).
- This procurement is 100% set aside for small business. The North American Industry Classification System (NAICS) code is 336999 and the business size standard is 500 PPL. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract.
- All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency Companies must be registered with System for Award Management (SAM) @ www.sam.gov and shall provide the company SAM ID & Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is _JANUARY 22 , 2024_, at _12_ p.m. Eastern Standard Time.
ITEM 0001 – NSN 2590 01-671-4592
BOW STOP ASEMBLY
29RBS TRAILER. BOW STOP ASSEMBLY COMPLETE KIT:
ALUMINUM BOW STOP, BLOCKS, AND
HARDWARE 22 LBS, 16X16X16.
RBS BOW STOP ASSEMBLY COMPLETE
1 - ALUMINUM BOW STOP
2 - RBS BOW STOP BLOCKS (SET)
4 - 1/2-13X2" HEX CAP SCREWS
4 - 1/2-13 NYLON LOCK NUTS (SS)
1 - ISO TAPE
22 LBS. 15X10X10
INDIVIDUAL PACKAGE EACH BOW STOP ASSEMBLY IN ACCORDANCE WITH MIL-STD-2073-1E METHOD 10, 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. EACH PACKAGE IS TO BE MARKED IAW MIL-STD-129R AND BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY.
MFG NAME: EVOLUTION TRAILER TECHNOLOGIES
PART_NBR: ET050-120
Quantity: 40 EA Delivery date: 02/29/2024
UNIT PRICE:_______________ TOTAL: _____________
ITEM 0002 – NSN 2530 01-667-3004
HUB ASSEMBLY, VEHICULAR 29RBS TRAILER. HUB ASSEMBLY CONTAINS THE FOLLOWING PARTS:
1-INNER BEARING CONE, 1-OUTTER BEARING CONE AND RACE, 1- HUB SEAL, 1-GREASE CAP, 1-RUBBER DIAPHRAGM, 1-SPINDLE BUSHING, 1-PORT NEEDLE, 1-LOCKTITE BONDING AGENT, AND 1 GALVANIZED 6K 6 ON 5.5" 1/2 STUD HUB.
INDIVIDUAL PACKAGE IN ACCORDANCE WITH MIL-STD-2073-1E METHOD 10, 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. PLACE EACH HUB ASSEMBLY IN A BOX.
MARKINGS: IAW MIL-STD-129R AND BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY.
MFG NAME: EVOLUTION TRAILER TECHNOLOGIES
PART_NBR: HBKC6-ET
Quantity: 250 EA Delivery date: 02/29/2024
UNIT PRICE:_______________ TOTAL: _____________
- Place of Delivery is: USCG YARD, 2401 Hawkins Point Road, Bldg 88,, Baltimore, MD 21226.
**** Please quote prices FOB Destination. ****
- The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (MAR 2023). 1. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: a) company’s complete mailing and remittance addresses, b) discounts for prompt payment if applicable c) cage code, d) SAMs Unique Entity ID,
e) Taxpayer ID number.
-
-
- Offerors shall agree to the delivery condition by the government.
-
Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer.
- 52.212-2 Evaluation-Commercial Items (OCT 2014). – Delivery, pricing and relevant past performance are the evaluation factors. This is a commercial item acquisition. Award will be made to lowest cost technically acceptable. All evaluation factors will be considered as DELIVERY is as important as cost. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the lowest cost technically acceptable and meeting our PDD. The evaluation and award procedures in FAR 13.106 apply.
- FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (OCT 2018) with Alt 1 included are to be submitted with your offers.
- FAR 52.212-4 Contract Terms and Conditions-Commercial Items (DEC 2022) applies to this acquisition.
- FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (MAR 2023). The following clauses listed in 52.212-5 are incorporated:
- 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub.L. 109-282)(31 U.S.C. 6101 note).
- 52.204-13, System for Award Management Registration (OCT 2018)
- 52.219-6, Notice of Total Small Business Aside (Nov 2020) (15 U.S.C. 644).
- 52.219-28, Post Award Small Business Program Rerepresentation (MAR 2023) (15 U.S.C. 632 (a)(2).
- 52.222-3 Convict labor (June 2003) (E.O. 11755)
- 52.222.19 Child Labor-Cooperation with Authorities and Remedies (JAN 2018) (EO 11755)
- 52.222-26 Equal Opportunity (SEP 2016)(E.O. 11246)
- 52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).
- 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627)
- 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).
- 52.225-1, Buy American-Supplies (OCT 2022) (41 U.S.C. chapter 83)
- 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
- 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2018)(31.S.C. 3332).
- 52.222-41, Service Contract Act of 1965 (AUG 2018) (41 U.S.C. 351, et seq.).
- 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.).
- 52.233-3 Protest after award (Aug. 1996.)
- 52.233-4 Applicable Law for Breach of Contract Chain (Oct.2004).
- Defense Priorities and Allocations System (DPAS): N/A
- QUOTES ARE DUE BY 12:00 PM EST on 22 JANUARY 2024. Quotes may be emailed to Brandie.r.dunnigan@uscg.mil
- POC is Brandie Dunnigan, Procurement Agent, 410-762-6446.
Attachments/Links
Contact Information
Contracting Office Address
- 2401 HAWKINS PT RD. BLDG 31 MS 26
- BALTIMORE , MD 21226
- USA
Primary Point of Contact
- Brandie R Dunnigan
- brandie.r.dunnigan@uscg.mil
- Phone Number 4107626446
Secondary Point of Contact
History
- Feb 06, 2024 11:55 pm ESTCombined Synopsis/Solicitation (Original)