Skip to main content

An official website of the United States government

You have 2 new alerts

CONTROLLER, MOTOR

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

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: Jul 15, 2024 01:11 pm EDT
  • Original Date Offers Due: Jul 17, 2024 09:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Aug 01, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 6110 - ELECTRICAL CONTROL EQUIPMENT
  • NAICS Code:
    • 333996 - Fluid Power Pump and Motor Manufacturing
  • Place of Performance:
    USA

Description

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

  1. Item: CONTROLLER, MOTOR

NSN: 6110 01-632-3594

MFG:ROCKWELL AUTOMATION INC

Part number:  22A-D6P0N104

Quantity: 44 EA

INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MILSTD-

2073-1E

METHOD 10, CUSHIONED AND

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

Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore MD 21126, Mark for: Receiving Room bldg 88

Required delivery date no later than: 8/15/24


This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2023-01 (dec 2023) 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 is 333996 solicitation is  and the business size standard is 750. The resultant chase order will be awarded using simplified acquisition procedures in accordance with FAR 13 apply.  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.  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 7/18/24 3 PM 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 (June 2020); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (December 2016) 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 (OCT 2020); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (OCT 2020). 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 44),  FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb  2016) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (April 2015); FAR 52.222-26, Equal Opportunity (April 2015)(E.O. 11246); FAR 52.222-36, Equal Opportunity for workers with disabilities (July 2014); FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); FAR 52.225.1 Buy American Act-Supplies (May 2014); FAR 52.225-3, Buy American Act-Free Trade Agreement (May 2014)(41 U.S.C. 10a-10d); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (July 2013)(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