The United States Coast Guard Surface Forces Logistics Center has an requirement and requesting quotations for the following parts:
Item 1)
NSN: 4310-01-599-7166
COMPRESSOR UNIT, RECIPROCATING
270 WMEC START AIR COMPRESSOR. QUINCY QR-25 SERIES COMPRESSOR MODEL D340 WITH 10 HP MOTOR. P/N 340HP CONSISTS OF THE FOLLOWING FEATURES: COMPRESSOR: TWO STAGE QR-25 HIGH PRESSURE, SINGLE ACTING, PRESSURE-LUBRICATED, AIR
COOLED RECIPROCATING COMPRESSOR, CAPACITY 25.9 CFM AT 250 PSIG. 800 RPM. LOW OIL PRESSURE PROTECTION, AUTOMATIC LOADLESS STARTING. PRESSURE SWITCH SET TO 215-250.
MARINE/SEVERE DUTY ELECTRIC MOTOR: 10 HP, 3 PH, 60 HZ, 1750 RPM, 460 VAC, ODP, IEEP-45 RATED ELECTRIC MOTOR SUITABLE FOR CONTINUOUS OPERATION.
V-BELT DRIVE WITH A TOTALLY ENCLOSED BELT GUARD.
BOLTED TO A BASE MOUNT, BELT GUARD AND SIMPLEX-MAGNETIC MOTOR STARTER
REF: CG DWG 905-WMEC-551-005. APL: 06495761B1. NOTE: THIS COMPRESSOR MOTOR IS MANAGED SEPARATELY UNDER NSN 6105-01-695-1222, BALDOR P/N ECP3774T. APL 174080482 MOTOR, AC.
EACH UNIT MUST BE INDIVIDUALLY PACKAGED AND MARKED
PACKAGING SHALL BE IN ACCORDANCE WITH MIL-STD-2073-1E. COMPRESSOR UNIT SHALL BE PACKAGED IN A FULLY ENCLOSED WOOD SHIPPING CONTAINER CONSTRUCTED OF 1/2" THICK PLYWOOD OR LUMBER, FRAMED AT ALL CORNERS AND SEAMS WITH SELF TAPPING WOOD SCREWS. CONTAINER SHALL BE SKID MOUNTED TO ALLOW LIFTING WITH A FORK TRUCK. COMPRESSOR SHALL BE LAG BOLT MOUNTED AND WRAPPED WITH POLYURETHANE PLASTIC SECURED WITH TAPE OR SHRINK WRAPPED INSIDE THE CONTAINER. MARKING SHALL BE IN ACCORDANCE WITH THE REQUIREMENTS OF MIL-STD-129R, BARCODE 39 FORMAT. ALTERNATE ACCEPTABLE PACKAGING IS A
SKID MOUNTED COMPRESSOR WITH A FULLY ENCLOSED TRI-WALL CARDBOARD CONTAINER.
MFG: QUINCY COMPRESSORS DIV COLTEC INDUS
PN: D340HP-10
QTY: 6 EA
Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore MD 21126, Mark for: Receiving Room Bldg. 88.
This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2025-03 (Jan 17, 2025) 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 333415 and the business size standard is 1,250. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.106 apply.
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, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with SYSTEMS FOR AWARD MANAGEMENT (www.sam.gov) and shall provide the company Tax Information Number with their offer. The closing date and time for receipt of quote is May 21, 2025, at 10:00 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
__HSAR 3052.209-70 Prohibition on contracts with corporate expatriates (June 2006)
(End of provision)
The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (Sep 2023); FAR 52.212-3, Offeror Representations and Certifications-Commercial Products and Commercial Services (May 2024) 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.aquisition.gov ; FAR 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (Nov 2023); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (Nov 2024).
The following clauses listed within FAR:
52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015)
52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553)
52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)
The following clauses listed within 52.212-5 are applicable:
FAR 52.203-6 Restrictions on Subcontractor Sales to the Government (Jun 2020, with Alternate I (Nov 2021)
FAR 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Mar 2020)
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 (June 2020) (31 U.S.C. 6101 note).
FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2022)(15 U.S.C. 644).
FAR 52.219-28, Post Award Small Business Program representation (Feb 2024)(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 2024) (E.O. 13126)
FAR 52.222-21, Prohibition of Segregated Facilities (April 2015)
FAR 52.222-50, Combat Trafficking in Persons (Nov 2021)(22 U.S.C. chapter 78 and E.O. 13627)
FAR 52.225-1 Buy American Act-Supplies (Oct 2022)
FAR 52.225-3, Buy American Act-Free Trade Agreement (Nov 2023)(41 U.S.C. 10a-10d)
FAR 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2021)
52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018)(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