United States - STEERING CONTROL UNIT
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 22 May 2019
- Opportunity publication date
- 18 May 2019
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Added: May 17, 2019 9:00 am
The United States Coast Guard Surface Forces Logistics Center has a requirement and requesting quotations for the following part:
Item 1)
NSN: 5998 01-627-1521
NAME: STEERING CONTROL UNIT
MFG NAME: NORTHROP GRUMMAN SYSTEMS
End Use: MEC CLASS
Part number: 074851-0000-000
Quantity: 3
DESCRIPTION: (STEERING CONTROL UNIT). INCLUDES EPROM WITH SOFTWARE VERSION L. CDU, (CONTROL & DISPLAY UNIT), P/N: 074927-0000-00, (NSN 7025-01-673-7247), USES UPDATED SOFTWARE. IF A NEW CDU IS REQUIRED FOR REPLACING A DEFECTIVE UNIT, ALL REMAINING CDU'S AND ALL SDU'S (NSN 5998-01-627-1521), OF THAT SYSTEM REQUIRE TO BE UPGRADED TO THE LATEST SOFTWARE AS WELL. EPROMS MUST BE ORDERED SEPARATELY FROM SPERRY MARINE. SEE "MARKETING INFORMATION BULLETIN MIB 223-2018."
These parts are used on various US Coast Guard vessels. All items will be individually packaged and bar code in accordance with Coast Guard specification IAW SP-PP&M-001. 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.
The Solicitation number is 70Z08019QAG06900.
The closing date and time for receipt of quote is May 22, 2019, at 10:00 AM Eastern Standard Time.
Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, BLDG 88A, Baltimore MD 21226
Required delivery date no later than: OCT 01, 2019
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2019-01 (Dec 2018) 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 resultant purchase order will be awarded using Simplified Acquisition Procedures in accordance with FAR 13.
All responsible sources may submit a quotation via email to Jesus.C.Yutig@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.
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 (March 2016); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (March 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 (May 2015); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2018). The following clauses listed within FAR 52.212-5 are applicable: FAR 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011)(15 U.S.C. 644), FAR 52.219-28, Post Award Small Business Program representation (Jul 2013)(15 U.S.C. 632(a)(2); 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.
- Opportunity closing date
- 22 May 2019
- Value of contract
- to be confirmed
About the buyer
- Address
- Department of Homeland Security USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1 United States
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.