Skip to main content

An official website of the United States government

You have 2 new alerts

KIT, ENCLOSURE & ALM & DETECT

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: Solicitation (Original)
  • Original Published Date: Apr 28, 2022 04:23 pm EDT
  • Original Date Offers Due: May 13, 2022 12:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 28, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 4210 - FIRE FIGHTING EQUIPMENT
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:
    Curtis Bay , MD 21226
    USA

Description

Description

THE USCG SURFACE FORCES LOGISTICS CENTER, IBCT PRODUCT LINE HAS A REQUIREMENT TO PROCURE THE ITEM NOTED BELOW.

QUOTES MAY SUBMITTED BY EMAIL TO GINA.M.BARAN@USCG.MIL.  THE CLOSING DATE AND TIME FOR RECEIPT OF QUOTE IS MAY 13, 2022, 12:00 pm EST.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is 334511. This synopsis/solicitation is issued pursuant to FAR 6.203-1 and HSAM 3006.302-1. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.5.

This acquisition is __ unrestricted _X­_ set aside: _X_100% for: _X_ small business

All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must be registered with the System for Award Management (SAM.gov) and have a valid SAM.gov Unique Entity ID number included in their quote.

Substitute part numbers 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 Governments belief that only A.F.P. CORPORATION and/or their authorized distributors can obtain the required technical and engineering data, and genuine OEM parts, required to provide these items. Companies having the expertise and required capabilities to provide these items are invited to submit complete information discussing the same within two (2) calendar days from the day this notice is posted. The information submitted must include a letter from the OEM verifying the offeror is an authorized distributor, and verifying the OEM will supply genuine OEM parts. The items are used on various US Coast Guard vessels. Substitute part numbers are NOT acceptable.

ITEM #1:


NSN: 4210 01-F22-6533
DESCRIPTION: KIT, ENCLOSURE & ALM & DETECTI
PART NUMBER: AFP-USCG75-FACP

MFG NAME: A.F.P. CORPORATION


DESCRIPTIVE DATA:

QUANTITY (1) AEGIS-XLT NEMA4 PNL, AEGIS-XLT NEMA 4 FIRE PANEL ENCLOSURE WITH BACK PLATE (ONLY) (24" X 20" X 6")

QUANTITY (4) 27121-0190 190F DETECT-A-FIRE THERMAL DETECTOR

QUANTITY (1) 84-330001-001 KIDDE 3300 CONVENTIONAL DUAL ACTION PULL STATION W/TOGGLE ACTIVATED SPST SWITCH. INCLUDES LABEL OPTIONS (FIRE SYSTEM RELEASE)

QUANTITY (1) 84-100009-002 KIDDE 3300 PULL STATION SGB-32C OUTDOOR WEATHERPROOF SURFACE BACK BOX, RED

QUANTITY (1) MTWP-2475W-FR, EATON WHEELOCK MTWP-2475W-FR MULTI TONE-STROBE 24 VDC 75 CD (FIRE), WEATHERPROOF, WALL MOUNT, RED, SYNC/NON-SYNC. USCG APPROVED FOR USE IN MARINE APPLICATIONS.

QUANTITY (1) IOB-R EATON WHEELOCK IOB-R INDOOR/OUTDOOR SURFACE BACK BOX USE FOR: MT, MTWP

MUST BE COMPATIBLE WITH AFP-USCG75-MAU1 AND MAU2 WATER MIST SYSTEM.

PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS:

INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MILSTD-2073-1 E METHOD 10, CUSHIONED IN A DOUBLE LAYER OF 3/4 IN BUBBLE WRAP AND PACKED IN AN APPROPRIATELY SIZED ASTM-D6880 CLASS 2 HEAVY DUTY SCREWED WOODEN BOX.

MARKING IAW MIL-STD-129R

INDIVIDUAL PACK & MARK ___YES ___NO BAR-CODE___YES ___NO

QTY:   5           UNIT OF ISSUE: KT

PRICE: $____________    TOTAL: $____________

COAST GUARD’S REQUESTED DELIVERY DATE: ON or before 08/15/2022

VENDORS EARLIEST/BEST DELIVERY: __________ARO (Day / Week / Month)

The item(s) is/are used on various US Coast Guard vessels. Substitute part numbers are NOT acceptable. Inspection and acceptance shall take place at Destination after verification of preservation, individual packaging and marking requirements and confirmation of no damage during transit. Failure to comply with packaging requirements will result in rejection and nonpayment.

CREDIT CARD: _____YES_____NO PURCHASE ORDER: _____YES_____NO

PAYMENT TERMS: ______________ SMALL BUSINESS: ___YES ___NO

VENDOR NAME: ______________________________________________

VENDOR ADDRESS: ______________________________________________

_______________________________________________

VENDOR POC: ____________________________________________________

PH: _________________________________ FAX: ________________________

EMAIL: ___________________________________________________________

ACTIVE IN SYSTEM FOR AWARD MANAGEMENT (REQUIRED FOR AWARD)

(www.sam.gov): _______YES ________NO

SAM.GOV UNIQUE IDENTITY ID:  _______­­­­­­­­­__________

Part covered under GSA Contract _____YES______NO (if yes, mark below)

CONTRACT NUMBER: ______________________

Note: FOB Destination pricing is preferred, however, if item quoted is not FOB Destination quotation must include as a separate line item for the following:

* Estimated shipping: $___________ (MUST BE INCLUDED, if not FOB Destination)

(www.sam.gov): _______YES ________NO

*If FOB Origin pricing (City, State): ______________________________________

*SHIP TO:

United States Coast Guard SFLC
Receiving Room – BLDG 88
2401 Hawkins Point RD
Baltimore, MD 21226

NOTE: PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS: AS NOTATED ABOVE WITH SPECIFIC ITEM

It is anticipated that a purchase order shall be awarded as a result of this synopsis/solicitation.  THIS AWARD WILL BE BASED ON PRICE.

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.
(End of provision)

Contact Information

Contracting Office Address

  • COAST GUARD ISLAND, BLDG 50-7
  • ALAMEDA , CA 94501
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • May 28, 2022 11:55 pm EDTSolicitation (Original)