52000QR250020316 USCG IPD ST. LOUIS SHEAR
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 52000QR250020316. This procurement will be processed in accordance with FAR Part 12.
The North American Industry Classification System (NAICS) is 332999. The small business size standard is 750. This is a total small business set aside; all responsible small business sources may submit proposals that will be considered. This synopsis/solicitation is issued pursuant to FAR 13.106-1(b), and the resultant purchase order will be awarded on a firm-fixed price basis using simplified acquisition procedures in accordance with FAR 13.
THE UNITED STATED COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUEST THE CONTRACTORS TO PROVIDE PRICING FOR THE FOLLOWING REQUIREMENT:
The contractor shall provide: One Metal Working Shear Part #SH-120500-HD-Hyd. or equivalent.
A. REQUIREMENT:
1.1 Background
The Coast Guard is seeking to procure a ½-10 metal shear. The shear will be used in many day-to-day metal fabrications throughout the welding shop. The shear will be used for all metal plate fabrication requirements required by the Industrial Production Detachment St. Louis, MO (IPD STL).
1.2 Scope
The manufacturer shall furnish, deliver, and assemble one metal working shear Part # SH-120500-HD-Hyd. or equivalent. The shear must be able to cut up to and including ½”X 10’ steel plate. The shear shall meet the following guidelines:
- Guillotine style shear with cutting capacity of 1/2” X 10’mild steel plate & 1/4”x 10’ stainless plate
- Machine size for shop placement: 159” L x 92” W x 100” H
- Sight glass on oil tank for level checking
- Overload protection
- 3-point roller guide system
- CNC blade gap adjustment
- CNC Rake Angle Adjustment
- Leuze Light Curtain/Photocell Switch
- 3 Front Sheet Supports
- Back gauge driven by AC Motor w/Ball Screw and Linear Rod Guides
- Motor Rating = 20H.P minimum.
The shear shall include the following optional features:
- Pneumatic Rear Sheet Supports for Maximum of 5/16” Plate Thickness Only
- 48” Back gauge Travel
- 10’Squaring Arm
- 6.5’ Squaring Arm
- Angle Protractor
- Back catch system
2. Copies of Operator, Service, and Parts Manuals.
The vendor shall provide a minimum warranty of one year from date of delivery.
2.1 General
The Shear shall be an industrial grade production model consisting of coordinated components and certified by the manufacturer. The model shall have been in production for a minimum of three years and have a minimum one-year manufacturer’s warranty.
Minimal Warranty shall be typed and signed by the manufacturer and be for a minimum of one year from the date of acceptance by the Government.
2.2 Capacity
The Shear shall have the capability rating of ½” X 10’ steel plate. The rated capacity and the date of Manufacture of the Shear shall be permanently affixed in an obvious/visible location.
2.3 Dimension and Construction
The Shear shall be constructed in and built to operate in adherence to all local, state, and federal regulations. The manufacturer shall ensure the application of all references in section 2.6 of this Statement of Work.
2.4 Spare Parts
Manufacturers shall have readily available all necessary parts, special fluids, and materials to complete planned maintenance for a minimum of 10 years. Parts shall be delivered to the Work Supervisor, Industrial Production Detachment St. Louis, MO when ordered.
2.5 Delivery Location
Location USCG IPD St. Louis, MO (IPD STL)
The U.S. Coast Guard IPD STL is located at 100 Arsenal St, Bldg17 St. Louis, MO 63118. Arrangements for delivery and installation shall be made with the IPD Work Supervisor at (314) 771-6044 ext. 2103 or Work Leader Mike Howton at (314) 771-6044 ext. 2125. Delivery times shall be between 7:00 AM to 2:00 PM local time, Monday through Friday inclusive. Unloading as well as assembly of the items from the delivery vehicle shall be the responsibility of the vendor.
2.6 References
The Shear shall be in accordance with the standards and specifications of the referenced technical organizations for the construction methods, materials, applications, and environment as applicable. These shall include but not be limited to:
- ISO Standards.
- American National Standards Institute (ANSI).
- National Electrical Manufacturers Association (NEMA).
- All applicable OSHA standards.
2.7 Submittals and Approvals
- Catalog cuts, general arrangement drawings and other information shall be submitted by the manufacturer as required herein and as necessary to secure approval of the equipment.
1. Shear schematics and specifications
2. Warranty
b. Submit three (2) copies of general arrangement drawings, catalog cuts and other
printed information for the Shear.
c. Paint procedures and process including Quality Control measures.
d. Submittals shall be delivered to the Government Contracting Officer within seven
(7) Calendar days after the award of the contract.
3. ACCEPTANCE
3.1 On-site Testing, Training, and Operations and Maintenance Manuals
- The Shear shall be operated through a minimum of three complete cycles of each function, in which the Shear can perform. If any part, subsystem, or system fails during testing, the defective equipment shall be replaced and retested at no additional cost to the Government.
- Two original copies of the Manufacturer’s Operations, Maintenance and Parts Manual shall be provided to the on-site Government Point of Contact on the training day of the delivery location. Each manual shall have annotated the actual catalog/model number of the components provided and/or associated with the Shear. Manuals shall include manufacturer’s part number, source of supply, general arrangement, and electrical and hydraulic schematics. Maintenance information shall include a schedule/checklist for daily, weekly, monthly, quarterly, semi-annual, and annual Preventative Maintenance procedures. A list of maintenance instructions to include applicable tools and fluids must also be provided.
- One original copy of the Manufacturer’s Operations, Maintenance, and Parts Manual shall be provided to the Industrial Operations Division - Compliance Branch, Equipment Management Specialist at 300 E Main ST Suite 800, Norfolk, VA 23510 Attention: Mr. Norman Fortin
4. NEED BY DATE
The need by date is 15AUG2025.
4.1 Contracting Officer’s Representative
- COR information will be provided at the time of the award.
Interested Vendors shall provide product/service details, Product Data Sheet, and cost breakdown IAW SOW for technical review. Vendors shall provide a detailed cost breakdown to include all the specifications to be reviewed by a technical rep.
NOTE: The USCG/Government reserves the right to Award on an All or None Basis, i.e., the Government may issue a Purchase Order (PO) to the offeror that submits the lowest aggregate price, rather than issue a PO to each offeror based on 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 conforms to the solicitation and is most advantageous and the best value to the Government, price and other factors considered.
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 Unique Entity ID (UEI) and Cage Code..
Quotes must be received no later than 25 JULY 2025 at 09 A.M. Eastern Standard Time. Email quotes are acceptable and shall be sent to TIMOTHY FORD- TIMOTHY.S.FORD@USCG.MIL., CARBON COPY KARLA P. BALINT- KARLA.P.BALINT@USCG.MIL
Any questions or concerns regarding any aspect of the RFQ must be forwarded to TIMOTHY FORD at email address – TIMOTHY.S.FORD@uscg.mil and Contracting Officer, SKC KARLA BALINT via email KARLA.P.BALINT@uscg.mil
The following FAR Clauses and Provisions apply to this acquisition:
- FAR 52.212-1 - Instructions to Offerors - Commercial Items (Sep 2023)
- FAR 52.212-2 - Evaluation - Commercial Items (Nov 2021) 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 (May 2024) to include Alt I (Nov 2021). Offeror shall complete annual representations and certification electronically via the System for Award Management (SAM) website accessed through https://www.sam.gov.
- FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Nov 2023) with the following addenda.
- FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2025)
- FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at https://acquisition.gov.
- FAR 52.204-7 – System for Award Management (Nov 2024). Contractors are located and identified in SAM by their UEI number. Contractors are located and identified in SAM by their UEI number. To facilitate payment via Electronic Funds Transfer - SAM, contractors shall be registered in SAM. A UEI number can be obtained via https://www.dnb.com and SAM registration can be obtained via https://www.sam.gov.
The following clauses, and others as directed 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 (Jan2025) (E.O.13126).
- FAR 52.222-35 - Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212).
- FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793).
- FAR 52.222-37 - Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212).
- FAR 52.222-50 - Combating Trafficking in Persons (Nov 2021) (22 U.S.C. chapter 78 and E.O. 13627).
- FAR 52.225-1 - Buy American Supplies (Oct 2022) (41 U.S.C. chapter 83).
(51) 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).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)
NOTE: In addition to the listed clauses, please review the attached FAR Clause Matrix for all clauses applicable to this requirement.
*The above/following clauses are incorporated by reference, entire clause(s) available at https://acquisition.gov.
NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS:
This solicitation contains FAR Clause 52.204-7, System for Award Management 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 via SAM accessed through https://www.sam.gov. Please ensure completion prior to submitting a quote. Paragraph (b) of FAR 52.204-8 applies.
System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations. Examples include 52.222-25, Affirmative Action Compliance, and paragraph (d) of 52.212-3, Offeror Representations and Certifications—Commercial Products and Commercial Services. Additional examples include 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders—Commercial Products and Commercial Services, and 52.213-4, Terms and Conditions—Simplified Acquisitions (Other Than Commercial Products and Commercial Services).