Trade Leads

COPPER ANODE NEEDED
COPPER ANODE Electric wire & power & distribution equipment NAICS Code: 335 -- Electrical Equipment, Appliance, and Component Manufacturing/335932 -- Noncurrent-Carrying Wiring Device Manufacturing The United States Coast Guard Surface Forces Logistics Center PATROL BOATS PRODUCT LINE has a requirement and requesting quotations for the following part: ITEM 1: NSN: 5342 99-147-8674 COPPER ANODE CA19208-2YR 2 YEAR COPPER ANODE IS USED IN THE MAIN DIESEL ENGINE SEA STRAINERS AS PART OF THE CATHODIC PROTECTION SYSTEM. ANODE, IMPRESSED CURRENT, CATHODIC/ANODE ASSEMBLY WITH NYLON AND INSULATOR O-RING APL-61K72390A1 EACH ITEM TO BE INDIVIDUALLY PACKAGED IAW THE FOLLOWING: SFLC SP-PP&M-001 REV D 05/01/10 BAR CODING REQUIRED, IF CAPABLE, TO COMPLY WITH THE FOLLOWING: SFLC SP-PP&M-001 REV D 05/01/10 PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS: SP-PP&M-001 REV D AND INDIVIDUALLY MARK, PACKAGE AND SHIP. MFG NAME: CATHELCO LTD PART_NBR: PAAZTZX037FT Quantity: FIFTY-FIVE (55) PLEASE ENSURE ASSETS ARE INDIVIDUALLY PACKAGED IAW ASTM-D-3951 AND MARKED IAW SP-PP&M-001 FOR PHYSICAL AND MECHANICAL HANDLING. The items 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. Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, Baltimore MD. Required Delivery date: FEBRUARY 07, 2015 or Sooner This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-77 (October 2014) 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 335932 this synopsis/solicitation is issued pursuant to FAR 6.302-1. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13 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 Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote JANUARY 16, 2014 at _2:30_ p.m. 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 (JUN 2008); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (11/25/13) 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 (Nov. 2014); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (11/25/13). 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 (JULY 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 (MAR 2012) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); 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 (SEP 2009); FAR 52.225-3, Buy American Act-Free Trade Agreement (NOV 2012)(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 (JUL 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 Please consult the list of document viewers if you cannot open a file. REPS Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..) Posted Date: January 9, 2015 52.212-3_(Dec2014).doc (94.50 Kb) Description: REPS AND CERTS Package #2 Posted Date: January 9, 2015 5342-99-147-8674_jotfoc.pdf (100.48 Kb) Description: JOTFOC Contracting Office Address: 2401 Hawkins Point Road Building 31, Mail Stop 26 Baltimore, Maryland 21226-5000 United States Place of Performance: 2401 HAWKINS POINT RD BALTIMORE, Maryland 21226 United States Primary Point of Contact.: Charles B, Shughrue charles.b.shughrue@uscg.mil Phone: ( 410) 762-6249 Fax: (410) 762-6715 Secondary Point of Contact: Donna M Scandaliato donna.m.scandaliato@uscg.mil Phone: 410/762-6259 Fax: 410/762-6715