Skip to main content

An official website of the United States government

You have 2 new alerts

PROVIDE BORESCOPE FOR IPF ALAMEDA

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 27, 2022 01:37 pm EDT
  • Original Date Offers Due: Aug 05, 2022 12:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Aug 20, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside: Partial Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 6650 - OPTICAL INSTRUMENTS, TEST EQUIPMENT, COMPONENTS AND ACCESSORIES
  • NAICS Code:
    • 333314 - Optical Instrument and Lens Manufacturing
  • Place of Performance:
    Alameda , CA 94501
    USA

Description

PROVIDE BORESCOPE FOR IPF ALAMEDA

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information in this notice. This solicitation is issued as a Request for Quote Number 52000QR220019308RE. This number is for tracking purposes only. This requirement is for open and full competition. This procurement will be processed in accordance with FAR Part 12. The North American Industry Classification System (NAICS) is 333314.

THE UNITED STATED COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUEST THE CONTRACTORS TO PROVIDE PRICING FOR THE FOLLOWING REQUIREMENT:

The contractor shall provide pricing for the following:

A. REQUIREMENT: BORESCOPE

1. The Vendor shall provide a borescope in accordance with the attached statement of work or equal to.

2. This procurement will be made on behalf of the IPF ALAMEDA. Vendor will provide borescope stated in the solicitation description as per SOW or equal to.  

5. Delivery Location:

US COAST GUARD IPF ALAMEDA

1 EAGLE RD BUILDING

COAST GUARD ISLAND ALAMEDA, CA

94501

6.  REQUIRED DELIVERY DATE: 30 – 60 DAYS FROM AWARD RECEIVED

Time: 0800 - 1500

7. NAICS Code # 333314 applies to this procurement.

NOTE: The USCG/Government reserves the right to Award on an All or None Basis that is the Government may issue a Purchase Order (PO) to the Offeror that submits the lowest aggregate price rather than issue a Purchase Order to each Offeror on the basis of the lowest Quotation on each item.

As stated below, the provision at FAR 52,212-2, Evaluation-Commercial Items-applies with the following addenda:

Award of a contract will be based on the following criteria: The purchase order will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5.

       1. Please provide any warranty information.

       2. Vendors MUST be registered in www.sam.gov

The USCG/Government intends to award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conformed to the solicitation which will be most advantageous and the Best Value to the Government, price and other factors considered.

This Contract Opportunity is open to Large/Commercial business competition as well.

Please Note: Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price quotation that will be considered by the agency. Quotations must be submitted on company letterhead stationery and must include the following information ( 1) Cost Breakdown, (2) Unit Cost, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company DUNS and Cage Code.

Quotes must be received no later than:

05 Aug 2022 at 12:00 P.M. Eastern Standard Time.

Email quotes are acceptable and should be sent to:

SK1 Keven Weaver Keven.weaver@uscg.mil

757-628-4952

and

James Formosa James.M.Formosa2@uscg.mil

757-628-4886

Any questions or concerns regarding any aspect of the RFQ must be forwarded via email to Contracting Officer, SKC Bobby Griffin Bobby.R.Griffin@uscg.mil

The following FAR Clauses and Provisions apply to this acquisition:

FAR 52.212-1 - Instructions to Offerors - Commercial Items (Oct 2018)

FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014) Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, past performance and quality.

FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Oct 2018) to include Alt I (Oct 2014). Offeror is to complete the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov .

FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Oct 2018) with the following addenda's.

FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2019)

FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 - System for Award Management (Oct 2018). Contractors are located and identified in SAM by their DUNS number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A DUNS number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov.

The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to this awarded contract.

FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 - System for Award Management (Oct 2018).

Contractors are located and identified in SAM by their DUNS number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A DUNS number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov.

The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to this awarded contract.

FAR 52.222-3 - Convict Labor (Jun 2003)

FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies (Jan 2018)

FAR 52.222-21 - Prohibition of Segregated Facilities (Apr 2015)

FAR 52.222-26 - Equal Opportunity (Sep 2016)

FAR 52.222-35 - Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212)

FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793)

FAR 52.222-37 - Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212)

FAR 52.222-50 - Combating Trafficking in Persons (Jan 2019)

FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)

FAR 52.225-1 - Buy American Supplies (May 2014)

FAR 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008)

FAR 52.232-33 - Payment by Electronic Funds Transfer - Systems for Award Management (Oct 2018)

FAR 52.233-3 - Protest After Award (Aug 1996)

FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004)

*The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far.

*The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far.

NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS:

This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a) Prospective contractors shall complete electronic annual representations and certifications SAM accessed via https://www.acquisition.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52,204-8 applies.

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

  • Aug 20, 2022 11:55 pm EDTCombined Synopsis/Solicitation (Original)