ODMS VALVE FLAPPER PUMP
Bidders ID: | NBD00159328805421999 |
---|---|
Due Date: | Feb 10, 2025 |
Posted Date: | Feb 3, 2025 |
Level of Government: | Federal |
State: | Federal |
Agency: | HOMELAND SECURITY, DEPARTMENT OF |
Category: |
|
Solicitation Number: | 70Z08025QAJ036 |
Source: | Members Only |
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).
- Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
- Original Published Date: Feb 03, 2025 10:03 am EST
- Original Date Offers Due: Feb 10, 2025 09:00 am EST
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Feb 25, 2025
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: 4320 - POWER AND HAND PUMPS
-
NAICS Code:
- 33391 - Pump and Compressor Manufacturing
-
Place of Performance:
The United States Coast Guard Surface Forces Logistics Center has a requirement and requesting quotations for the following part:
Item 1)
4320 25-150-9925
ODMS VALVE FLAPPER PUMP
MFG NAME: JETS VACUUM A/S
PART_NBR: 029151010
Qty: 40 /ea
ODMS EACH ITEM SHALL BE INDIVIDUALLY PRESERVED AND PACKAGED AS APPROPRIATE IN ACCORDANCE WITH MIL-STD-2073-1E METHOD 10 IN AN APPROPRIATELY SIZED ASTM-D6251 TYPE III, CLASS 1 WOOD-CLEATED PANEL-BOARD SHIPPING BOX, ASTM-D6880 CLASS 2 HEAVY DUTY SCREWED WOODEN BOX OR ASTM-D5118 HEAVY DUTY DOUBLE-WALL FIBERBOARD BOX AS APPROPRIATE CUSHIONED OR SECURED TO PREVENT DAMAGE FROM MOVEMENT OR EXTERNAL IMPACTS. ANY CRATES OR BOXES WEIGHING OVER 50 LBS SHALL BE SKID MOUNTED OR SECURED TO AN APPROPRIATE SIZED PALLET TO FACILITATE FORKLIFT USE. CONTACT CHAND CORPORATION IF VENDORS ARE NOT ABLE TO MEET PP&M AND BAR-CODING REQUIREMENTS.
Substitute parts 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 Government’s belief that only JETS VACUUM A/S, and/or their authorized distributors can provide this unit. Concerns having the expertise and required capabilities to provide this item are invited to submit complete information discussing the same within two (2) calendar days from the day this notice posted. The data must include sufficient detail to allow the Coast Guard to evaluate the proposal relative to the requirements. 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.
Delivery shall be F.O.B. DESTINATION to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore MD 21226
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, 2025-01 11/12/2024 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 solicitation is 333911 and the business size standard is 500. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13
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. Award will be lowest price technically acceptable. The Coast Guard intends to award on a Firm Fixed Price Contract.
All responsible sources may submit a quotation via email to Eric.I.Goldstein@uscg.mil, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with SYSTEMS FOR AWARD MANAGEMENT (SAM) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is Feb 10, 2025 at _9:00 AM 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.
(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 (November 2020) 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 2018); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (November 2020). The following clauses listed within FAR 52.212-5 are applicable:
52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (June 2020)
52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (October 2022)
52.219-28, Post Award Small Business Program Rerepresentation (Feb 2024)
52.222-3, Convict Labor (June 2003)
52.222-19, Child Labor—Cooperation with Authorities and Remedies (Feb 2024) (E.O. 13126).
52.222-21, Prohibition of Segregated Facilities (Apr 2015).
52.222-26, Equal Opportunity (Sep 2016) (E.O. 11246).
52.222-36, Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793).
52.222-50, Combating Trafficking in Persons (Nov 2021)
52.226-8, Encouraging Contractor Policies to Ban Text Messaging While Driving (May 2024)
52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021)
52.232-33, Payment by Electronic Funds Transfer— System for Award Management (October 2018)
52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (Nov 2023)
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
- 300 EAST MAIN ST, STE 950, VESS DIV
- NORFOLK , VA 23510
- USA
- Eric Goldstein
- Eric.I.Goldstein@uscg.mil
- Feb 03, 2025 10:03 am ESTCombined Synopsis/Solicitation (Original)
TRY FOR FREE
Not a GovernmentBidders Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.