Searchlight
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 (Updated)
- Updated Published Date: Aug 16, 2022 01:29 pm EDT
- Original Published Date: Jul 07, 2022 12:59 pm EDT
- Updated Date Offers Due: Aug 19, 2022 12:00 pm EDT
- Original Date Offers Due: Jul 22, 2022 12:00 pm EDT
- Inactive Policy: Manual
- Updated Inactive Date: Aug 20, 2022
- Original Inactive Date: Aug 06, 2022
- Initiative:
- None
Classification
- Original Set Aside:
- Updated Set Aside: Total Small Business Set-Aside (FAR 19.5)
- Product Service Code: 6230 - ELECTRIC PORTABLE AND HAND LIGHTING EQUIPMENT
- NAICS Code:
- 335122 - Commercial, Industrial, and Institutional Electric Lighting Fixture Manufacturing
- Place of Performance: Curtis Bay , MD 21226USA
Description
THE USCG SURFACE FORCES LOGISTICS CENTER, IBCT PRODUCT LINE HAS A REQUIREMENT TO PROCURE THE ITEM NOTED BELOW.
QUOTES MAY SUBMITTED BY EMAILTO KIMBERLY.K.BORRONI@USCG.MIL. THE CLOSING DATE AND TIME FOR RECEIPT OF QUOTE IS August 19, 2022 at 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 335122. 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. FAC 2021-07 dated 9/10/21.
All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid UEI numbers and be registered with System for Award Management (SAM) and shall provide the company Tax Information Number (TIN) with their offer.
This solicitation is 100% Set Aside Small Business
Substitute part numbers are NOT acceptable.
It is anticipated that purchase order shall be awarded as a result of this synopsis/solicitation. It is the Governments belief that only CARLISLE AND FINCH COMPANY and/or their authorized distributors can obtain the required technical and engineering data, and genuine OEM parts, required to provide these items. Concerns 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.
AWARD WILL BE BASED ON AN ALL OR NONE QUOTE.
ITEM #1:
NSN: 6230-01-131-3815
DESCRIPTION: SEARCHLIGHT
PART NUMBER: 155AEV-2
MANUFACTURER NAME: THE CARLISLE AND FINCH COMPANY
DESCRIPTIVE/SPECIFICATIONS:
SEARCHLIGHT 15 INCH NOMINAL, INCANDESCENT, VENTED REMOTE OPERATED ONLY. INCLUDES
LAMP P/N BTR 120VAC 1000WATTS TUNGSTEN HALOGEN AND CONTROL P/N C8160.INCLUDE ALL
INDIVIDUALLY PACKAGED ITEMS INTO A SINGLE PACKAGE AND IAW WITH THE FOLLOWING;
INDIVIDUALLY PACKAGED IN ACCORDANCE WITH MIL-STD-2073-I E METHOD 10, USING WEATHERRESISTANT
PAPERBOARD FOLDING WITH WATERPROOF BARRIER MATERIALS AND CUSHIONED IN A
DOUBLE LAYER OF 3/4 IN BUBBLE WRAP OR FILLABLE-STIFFENED FOAM AND PACKED IN AN
APPROPRIATELY SIZED ASTM-D5118 DOUBLE-WALL FIBERBOARD BOX.
MARKING IAW MIL-STD-129R & BAR CODING IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY.
PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS:
SEE DESCRIPTIVE SPECIFICATION DATA PAGE DATED: 11/04/21. INDIVIDUALLY PACKAGED, MARKED & BARCODED.
INDIVIDUAL PACK & MARK ___YES ___NO BAR-CODE___YES ___NO
QTY: 4 EA
UNIT PRICE: $___________________
TOTAL COST: $__________________
COAST GUARD’S REQUESTED DELIVERY DATE: ON September 26, 2022 or before
VENDORS PROMISED 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: ___________________________________________________________
*TIN NO: ____________________________________ (Required – Must be Included)
*UEI NO: __________________________________ (Required – Must be Included)
ACTIVE IN SYSTEM FOR AWARD MANAGEMENT (REQUIRED FOR AWARD)
(www.sam.gov): _______YES ________NO
Part covered under GSA Contract _____YES______NO (if yes, mark below)
CONTRACT NUMBER: ______________________
Note: FOB Destination pricing is preferred:
* Estimated shipping: $___________ (MUST BE INCLUDED, if not FOB Destination)
*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)
The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (OCT 2018); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (OCT 2018) 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. Offeror may obtain full text versions of these clauses electronically at www.ecfr.gov 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (MAY 2019)
Title 48: Federal Acquisition Regulations
3052.209-70 Prohibition on contracts with corporate expatriates
The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete.
Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls.
Attachments/Links
Contact Information
Contracting Office Address
- COAST GUARD ISLAND, BLDG 50-7
- ALAMEDA , CA 94501
- USA
Primary Point of Contact
- Kimberly Borroni
- Kimberly.K.Borroni@uscg.mil
- Phone Number 4107626696
Secondary Point of Contact
- Teresa Balbi
- teresa.b.balbi@uscg.mil
History
- Aug 20, 2022 11:55 pm EDTSolicitation (Updated)
- Aug 16, 2022 01:22 pm EDTSolicitation (Updated)
- Aug 06, 2022 11:55 pm EDTSolicitation (Original)