- This is a combined synopsis/solicitation for commercial item contract, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued.
- Solicitation number 2124404B3000AC021 applies, and is issued as a Request for Quotation.
- This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-02(FEB 2023).
- This procurement is 100% set aside for small business. The North American Industry Classification System (NAICS) code is 423210 and the business size standard is 100 PPL. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract.
- All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency Companies must be registered with System for Award Management (SAM) @ www.sam.gov and shall provide the company SAM ID & Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is _MAY 31, 2024_, at _12_ p.m. Eastern Standard Time.
ITEM 0001 – NSN 2540 01-626-0326
ARMOR, PORT FRONT
ARMOR,SUPPLEMENTAL,SMALL ARMS-FRAGMENTATION PROTECTIVE.
END ITEM IDENTIFICATION SUPPORT OF THE 32 FT TPSB.
SPECIAL FEATURES PORT FRONT BALLISTIC PANELING.
Quantity: 1 EA Delivery date: 07/27/2024
UNIT PRICE:_______________ TOTAL: _____________
ITEM 0002 – NSN 2540 01-626-4309
ARMOR, STBD FRONT
ARMOR,SUPPLEMENTAL,SMALL ARMS-FRAGMENTATION PROTECTIVE.
AGAV END ITEM IDENTIFICATION SUPPORT OF THE 32 FT TPSB.
FEAT SPECIAL FEATURES STBD FRONT BALLISTIC PANELING.
MFG NAME: LEADING TECHNOLOGY COMPOSITES, INC.
PART_NBR: 32TPSB101S
Quantity: 1 EA Delivery date: 07/27/2024
UNIT PRICE:_______________ TOTAL: _____________
ITEM 0003 – NSN 2540 01-626-4547
ARMOR, PORT MID
BALLISTIC PANEL FOR THE 32 TPSB PORT MID.
EACH BALLISTIC PANEL IS TO BE INDIVIDUALLY CUSHIONED IN MEDIUM DENSITY FOAM CUT TO SNUGLY FIT CONTENTS IN ALL DIMENSIONS AND PACKED IN AN
APPROPRIATELY SIZED ASTMD6251 TYPE II, CLASS 1 WOODCLEATED PANEL BOARD SHIPPING BOX OR ASTM-D6880 CLASS 2 HEAVY DUTY SCREWED WOODEN BOX. EACH PACKAGED IS TO BE MARKED IAW MIL-STD-129R AND BAR CODED IAW ISO/IEC-16388-2007, CODE 39 SYMBOLOGY.
MFG NAME: LEADING TECHNOLOGY COMPOSITES, INC.
PART_NBR: 32TPSB103P
Quantity: 1 EA Delivery date: 07/27/2024
UNIT PRICE:_______________ TOTAL: _____________
ITEM 0004 – NSN 2540 01-626-4746
ARMOR, STBD MID
BALLISTIC PANEL USED ON 32' TPSB STARBOARD SIDE COXSWAIN CHAIR.
MFG NAME: LEADING TECHNOLOGY COMPOSITES, INC.
PART_NBR: 32TPSB103S
Quantity: 1 EA Delivery date: 07/27/2024
UNIT PRICE:_______________ TOTAL: _____________
ITEM 0005 – NSN 2540 01-626-5100
ARMOR, PORT REAR
MFG NAME: LEADING TECHNOLOGY COMPOSITES, INC.
PART_NBR: 32TPSB104P
Quantity: 2 EA Delivery date: 07/27/2024
UNIT PRICE:_______________ TOTAL: _____________
ITEM 0006 – NSN 2540 01-626-5145
ARMOR, STBD REAR
MFG NAME: LEADING TECHNOLOGY COMPOSITES, INC.
PART_NBR: 32TPSB104S
Quantity: 1 EA Delivery date: 07/27/2024
UNIT PRICE:_______________ TOTAL: _____________
ITEM 0007 – NSN 2540 01-626-4375
ARMOR, STBD CORNER
32TPSB STBD CORNER BALLISTIC PANEL
MFG NAME: LEADING TECHNOLOGY COMPOSITES, INC.
PART_NBR: 32TPSB102S
Quantity: 1 EA Delivery date: 07/27/2024
UNIT PRICE:_______________ TOTAL: _____________
ITEM 0008 – NSN 2540 01-626-4356
ARMOR, PORT CORNER
ARMOR SUPPLEMENTAL
MFG NAME: LEADING TECHNOLOGY COMPOSITES, INC.
PART_NBR: 32TPSB102P
Quantity: 1 EA Delivery date: 07/27/2024
UNIT PRICE:_______________ TOTAL: _____________
- Place of Delivery is: USCG YARD, 2401 Hawkins Point Road, Bldg 88,, Baltimore, MD 21226.
**** Please quote prices FOB Destination. ****
- The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (MAR 2023). 1. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: a) company’s complete mailing and remittance addresses, b) discounts for prompt payment if applicable c) cage code, d) SAMs Unique Entity ID,
e) Taxpayer ID number.
-
-
- Offerors shall agree to the delivery condition by the government.
Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer.
- 52.212-2 Evaluation-Commercial Items (OCT 2014). – Delivery, pricing and relevant past performance are the evaluation factors. This is a commercial item acquisition. Award will be made to lowest cost technically acceptable. All evaluation factors will be considered as DELIVERY is as important as cost. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the lowest cost technically acceptable and meeting our PDD. The evaluation and award procedures in FAR 13.106 apply.
- FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (OCT 2018) with Alt 1 included are to be submitted with your offers.
- FAR 52.212-4 Contract Terms and Conditions-Commercial Items (DEC 2022) applies to this acquisition.
- FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (MAR 2023). The following clauses listed in 52.212-5 are incorporated:
- 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (JUN 2020) (Pub.L. 109-282)(31 U.S.C. 6101 note).
- 52.204-13, System for Award Management Registration (OCT 2018)
- 52.219-6, Notice of Total Small Business Aside (Nov 2020) (15 U.S.C. 644).
- 52.219-28, Post Award Small Business Program Rerepresentation (MAR 2023) (15 U.S.C. 632 (a)(2).
- 52.222-3 Convict labor (June 2003) (E.O. 11755)
- 52.222.19 Child Labor-Cooperation with Authorities and Remedies (JAN 2018) (EO 11755)
- 52.222-26 Equal Opportunity (SEP 2016)(E.O. 11246)
- 52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).
- 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627)
- 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).
- 52.225-1, Buy American-Supplies (OCT 2022) (41 U.S.C. chapter 83)
- 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
- 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2018)(31.S.C. 3332).
- 52.222-41, Service Contract Act of 1965 (AUG 2018) (41 U.S.C. 351, et seq.).
- 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.).
- 52.233-3 Protest after award (Aug. 1996.)
- 52.233-4 Applicable Law for Breach of Contract Chain (Oct.2004).
- Defense Priorities and Allocations System (DPAS): N/A
- QUOTES ARE DUE BY 12:00 PM EST on 31 MAY 2024. Quotes may be emailed to Brandie.r.dunnigan@uscg.mil
- POC is Brandie Dunnigan, Procurement Agent, 410-762-6446.