The United States Coast Guard Surface Forces Logistics Center has a requirement and requesting quotations for the following part:
Item 1)
2040 01-679-3745
HATCH, MARINE
MFG NAME: UNITED STATES COAST GUARD SFLC
PART_NBR: 905-WMEC-167-1 ITEM6
QTY: 4/ea
270 WMEC 1-44-2. CREATE NSN DUE TO LONG LEAD TIMES.
P/N: 905-WMEC-167-1 ITEM 6, (LIST OF HATCHES), CAGE 81340.
INDIVIDUAL DOG, IDWTFLH, 36IN X 36IN WTFLH WITH 18IN FLUSH QAWTS SCUTTLE, 8 DOG, WDW
N, HINGE AFT, MATL STEEL, INT, SCUTTLE AND COAMING, HAND FL,. BUILD IN ACCORDANCE
WITH NAVSEA DRAWING 805-1624108 & 805-1623054. REF NO: 905-WMEC-167-1 ITEM 6, LIST
OF HATCHES. HATCH NUMBER 1-44-2.
REVISION : REV L
COAMING : COAM AY HA FL ID 8D STL 36X36 JE-2336
PANEL : PAN AY HA ID FL 8D STL 36X36 JE-2336
GASKET : GASKET GRV .5X1.2 30D R-SIL 10067-001 REV H AA-59588 160FT
ASSEMBLY PARTS : HA AY PART ID FL 8-D 36X36 STL JE-2336 [W/18FL]
LABEL PLATE : LABEL PL HATCH & SC ALU TRANS
CATCH ASSEMBLY : CATCH H'WARE HA RS QA STL 803-1624120 AY 02,04 REV F
SCUTTLE : 18" SCUTTLE QA FL 3-D STL 40P 805-1623054 [OPT ITEM]
FINISH : INTERIOR GVT - DOOR/HATCH/SCUT 803-2226372 NOTE 47 II STEEL
TOP COAT : NO
MASKING : NO
*** MUST BE INDIVIDUALLY CRATED AND MARKED***
PACKAGE IAW MIL-STD-2073-1E, MARK IAW SP-PP&M-001
MUST BE INDIVIDUALLY PACKAGED AND MARKED
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, 2025-03 01/17/2025and 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 333998 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 May 26, 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)
52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Nov 21)
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