Tenders of U S Coast Guard Usa

Tenders of U S Coast Guard Usa

U S COAST GUARD USA Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Corrigendum : Closing Date Modified
United States
A00003 - The Response Date For This Solicitation Has Been Extended Until April 10, 2024 At 2:00pm Edt. a00002 - The Response Date For This Solicitation Has Been Extended Until March 29, 2024 At 2:00 Pm Edt. a00001 - The Response Date For This Solicitation Has Been Extended Until March 15, 2024 At 2:00 Pm Edt. this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6 And Part 13 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. Solicitation Number 70z03824qj0000196 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2024-02, Effective 22 January 2024. the Applicable North American Industry Classification Standard Code Is 488190. The Small Business Size Standard Is $40 Million. This Is An Unrestricted Requirement. All Responsible Sources May Submit A Quotation Which Shall Be Considered By The Agency. it Is Anticipated That A Firm-fixed Price Purchase Order Will Be Awarded On A Sole Source Basis As A Result Of This Synopsis/solicitation For The Items On Attachment 1 – Schedule – 70z03824qj0000196. at The Time Of Award, The Uscg Will Place An Order For The Repair Of Twenty (20) Items Listed On Attachment 1 – Schedule – 70z03824qj0000196 Iaw Far 52.217-6, The Uscg May Require Four (4) Additional Repairs Up To A Maximum Quantity Of Twenty-four (24) Repairs At The Same Price And Same Lead Time As The Original Within Three Hundred And Sixty-five (365) Days Of Award. ***please Note That If The Uscg Chooses To Exercise Any Optional Quantity Modifications, Such Modifications Will Be Issued Unilaterally To The Contractor. the Original Equipment Manufacturer (oem) Of This Item Is Honeywell International (cage Code 22373). All Repairs Shall Be Performed By The Oem. note: No Drawings, Specifications Or Schematics Are Available From This Agency. see Attachment 1- “schedule-70z03824qj0000196” see Attachment 2 – “statement Of Work– 70z03824qj0000196” see Attachment 3 – “redacted Justification For Other Than Full And Open Competition – 70z03824qj0000196” see Attachment 4 - “terms And Conditions – 70z03824qj0000196” For Applicable Clauses, Instructions And Evaluation Criteria. see Attachment 5 – “wage Determination Kansas - 70z03824qj0000196” closing Date And Time For Receipt Of Offers Is 4/10/2024 At 2:00pm Eastern Time. Anticipated Award Date Is On Or About 4/15/2024. E-mail Quotations May Be Sent To Mrr-procurement@uscg.mil, Attention Michelle Monds. Please Indicate 70z03824qj0000196 In Subject Line notice For Filing Agency Protests united States Coast Guard Ombudsman Program it Is The Policy Of The United States Coast Guard (uscg) To Issue Solicitations And Make Contract Awards In A Fair And Timely Manner. The Ombudsman Program For Agency Protests (opap) Was Established To Investigate Agency Protest Issues And Resolve Them Without Expensive And Time- Consuming Litigation. Opap Is An Independent Reviewing Authority That Is Empowered To Grant A Prevailing Protester Essentially The Same Relief As The Government Accountability Office (gao). interested Parties Are Encouraged To Seek Resolution Of Their Concerns Within The Uscg As An Alternative Dispute Resolution (adr) Forum Rather Than Filing A Protest With The Gao Or Some External Forum. Interested Parties May Seek Resolution Of Their Concerns Informally Or Opt To File A Formal Agency Protest With The Contracting Officer Or Ombudsman. informal Forum With The Ombudsman. Interested Parties Who Believe A Specific Uscg Procurement Is Unfair Or Otherwise Defective Should First Direct Their Concerns To The Applicable Contracting Officer. If The Contracting Officer Is Unable To Satisfy Their Concerns, Interested Parties Are Encouraged To Contact The U.s. Coast Guard Ombudsman For Agency Protests. Under This Informal Process The Agency Is Not Required To Suspend Contract Award Performance. Use Of An Informal Forum Does Not Suspend Any Time Requirement For Filing A Protest With The Agency Or Other Forum. In Order To Ensure A Timely Response, Interested Parties Should Provide The Following Information To The Ombudsman: Solicitation/contract Number, Contracting Office, Contracting Officer, And Solicitation Closing Date (if Applicable). formal Agency Protest With The Ombudsman. Prior To Submitting A Formal Agency Protest, Protesters Must First Use Their Best Efforts To Resolve Their Concerns With The Contracting Officer Through Open And Frank Discussions. If The Protester’s Concerns Are Unresolved, An Independent Review Is Available By The Ombudsman. The Protester May File A Formal Agency Protest To Either The Contracting Officer Or As An Alternative To That, The Ombudsman Under The Opap Program. contract Award Or Performance Will Be Suspended During The Protest Period Unless Contract Award Or Performance Is Justified, In Writing, For Urgent And Compelling Reasons Or Is Determined In Writing To Be In The Best Interest Of The Government. The Agency’s Goal Is To Resolve Protests In Less Than 35 Calendar Days From The Date Of Filing. Protests Shall Include The Information Set Forth In Far 33.103(d) (2). If The Protester Fails To Submit The Required Information, Resolution Of The Protest May Be Delayed Or The Protest May Be Dismissed. To Be Timely Protests Must Be Filed Within The Period Specified In Far 33.103(e). Formal Protests Filed Under The Opap Program Should Be Submitted Electronically To Opap@uscg.mil And The Contracting Officer Or By Hand Delivery To The Contracting Officer. election Of Forum. After An Interested Party Protests A Coast Guard Procurement To The Contracting Officer Or The Ombudsman, And While The Protest Is Pending, The Protester Agrees Not To File A Protest With The Gao Or Other External Forum. If The Protest Is Filed With An External Forum, The Agency Protest Will Be Dismissed.
Closing Date10 Apr 2024
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Corrigendum : Closing Date Modified
United States
A00007 - The Response Date For This Special Notice Has Been Extended Until April 15, 2024 At 2:00 Pm Edt. a00006 - The Response Date For This Special Notice Has Been Extended Until March 21, 2024 At 2:00 Pm Est. a00005 - The Response Date For This Special Notice Has Been Extended Until March 14, 2024 At 2:00 Pm Est. a00004 - The Response Date For This Special Notice Has Been Extended Until February 22, 2024 At 2:00 Pm Est. a00003 - The Response Date For This Special Notice Has Been Extended Until February 15, 2024 At 2:00 Pm Est. a00002 - The Response Date For This Special Notice Has Been Extended Until February 8, 2024 At 2:00 Pm Est. a00001 - The Response Date For This Special Notice Has Been Extended Until January 31, 2024 At 2:00 Pm Est. the United States Coast Guard (uscg), Aviation Logistics Center (alc), Medium Range Recovery (mrr) Procurement Division Intends To Solicit And Negotiate With Only One Source, The Original Equipment Manufacturer (oem) – Sikorsky Aircraft Corporation (cage Code 78286), Under Basic Ordering Agreement Spe4a1-22-g-0005 For The Items Listed Below. The Statutory Authority For This Acquisition Is 41 U.s.c 1901(c), As Implemented In Far 13.106-1 (b) (1). In Accordance With Far 13.106-1(b) (1), The Items Listed Below Are Available From Only One Source. The North American Industry Classification System Code (naics) Is 336413 With A Size Standard Of 1,250 Employees. The Product Service Codes (psc) Of The Items Solicited Are 1560, 4920, 5341, 5340, And 9320. The Small Business Set Aside Has Been Dissolved. This Requirement Is Unrestricted. Delivery Is Requested Within Nineteen (19) Days After The Receipt Of Order (aro). The Uscg Desires Early Deliveries Therefore Early Shipments Are Encouraged At No Additional Cost To The Government. F.o.b. Point Is Origin. Inspection And Acceptance Under This Contract Will Be Performed At Origin By Defense Contract Management Agency (dcma). Solicitation Number 70z03824qj0000055 Is Assigned For Tracking Purposes Only. No Solicitation Package Will Be Issued. This Notice Of Intent Is Not A Request For Competitive Proposals; However, All Responsible Sources May Submit A Quotation To Cariss.t.perry@uscg.mil And Mrr-procurement@uscg.mil With 70z03824qj0000055 In The Subject Line Which Will Be Considered By The Agency If Received No Later Than 2:00 P.m., (est) On 15 April 2024. A Determination By The Government Not To Compete The Proposed Procurement Based Upon The Responses To This Notice Is Solely Within The Discretion Of The Government. Award Will Be Made Upon Determination Of Fair And Reasonable Pricing. see Attachment 1 – “list Of Items - 70z03824qj0000055” see Attachment 2 – “redacted J And A – 70z03824qj0000055”
Closing Date15 Apr 2024
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Aerospace and Defence
United States
Sources Sought Notice this Is A Sources Sought Notice (ssn) With No Future Guarantee Of A Solicitation For This Requirement. Pursuant To Far Part 10 (market Research), The United States Coast Guard (uscg), Surface Forces Logistics Center (sflc), Small Boat Product Line (sbpl), Located In Baltimore, Md, Is Seeking To Identify Qualified Sources Capable Of Providing Motoren- Und Turbinen-union (mtu) Original Equipment Manufacturer (oem) Parts To Support The 45’ Response Boat Medium (45’ Rb-m) And 47’ Motor Life Boat (47’ Mlb) Platforms. Interested Parties Must Be Recognized By Mtu As Authorized Distributors For Mtu For Mtu Parts. As Such, You Must Be Able To Purchase Parts Directly From Mtu. Purchasing Parts From An Authorized Distributor Or Dealer Is Not Acceptable. Any Interested Vendors Who Are Unable To Purchase Parts Directly From Mtu Will Not Be Allowed To Participate On Any Potential Requirement. the Anticipated Naics Code Is 333618 –other Engine Equipment Manufacturing With A Small Business Size Standard Of 1,500 Employees. Interested Parties Should Be Registered In The System For Award Management (sam) As Prescribed In Far Clause 52.204-7 Prior To The Possible Release Of Any Future Solicitation. Sam Can Be Obtained By Accessing The Internet At Www.sam.gov Or By Calling 1-866-606-8220. see Attached Parts List the Requirement Will Be For New Oem Mtu Parts. Companies Having Capabilities To Provide These Items Are Invited To Submit Complete Information Discussing Their Capabilities No Later Than The Close Date Of This Notice (04/15/2024). The Information Submitted Must Include: 1. Name Of Company, Address And Duns Number 2. Point Of Contact And Phone Number 3. Business Size Applicable To The Naics Code (if Small Business, Must Identify Concern) 4. If A Future Solicitation Should Become Available To Support This Effort, Any Company That Intends To Bid Of This Effort Must Provide A Copy Of An Authorized Distribution Letter Provided Directly By Mtu, Which Must Be Provided On Mtu Corporate Letterhead Signed By A Mtu Company Representative. disclaimer: This Sources Sought Notice Is For Market Research Purposes Only And Does Not Constitute A Request For Proposal/quotation; And, It Is Not Considered To Be A Commitment By The Government To Award A Contract Nor Will The Government Pay For Any Information Provided; No Basis For Claim Against The Government Shall Arise As A Result From A Response To This Sources Sought Notice Or Government Use Of Any Information Provided. Failure To Respond Or Submit Information In Sufficient Detail May Result In A Company Not Being Considered A Likely Quoter When Making A Decision On Whether Or How To Set Aside A Solicitation For Restricted Competition. Regardless Of The Information Obtained From This Sources Sought Notice, The Government Reserves The Right To Consider Any Arrangement As Deemed Appropriated For This Requirement. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. No Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response To This Sources Sought Notice. The Government Reserves The Right To Use Any Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate, Including Using Technical Information Provided By Respondents In Any Resultant Solicitation. At This Time No Solicitation Exists; Therefore, Do Not Request A Copy Of The Solicitation. After A Review Of The Responses Received, A Solicitation May Be Published On The Sam.gov Website. It Is The Potential Vendor’s Responsibility To Monitor Www.sam.gov For Release Of Any Future Solicitation That May Result From This Sources Sought Notice. However, Responses To This Sources Sought Notice Will Not Be Considered Adequate Responses To Any Resultant Solicitation. this Ssn Is Issued Pursuant To Far 6.203-1 And Hsam 3006.302-1. For Information Regarding This Acquisition, Contact The Contracting Officials Listed Herein.
Closing Date15 Apr 2024
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Corrigendum : Closing Date Modified
United States
A00002 - The Response Date For This Solicitation Has Been Extended Until April 15, 2024 At 11:00 Am Edt. a00001 - The Response Date For This Solicitation Has Been Extended Until April 11, 2024 At 11:00 Am Edt. this Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6 And Part 13, 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. Solicitation Number 70z03824qj0000272 Is Issued As A Request For Quotation (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2024-03, Effective 23 February 2024. the Applicable North American Industry Classification Standard Code Is 336413. The Small Business Size Standard Is 1,250 Employees. This Is An Unrestricted Requirement. All Responsible Sources May Submit A Quotation Which Shall Be Considered By The Agency. it Is Anticipated That A Firm-fixed Price Purchase Order Will Be Awarded On A Competitive Basis As A Result Of This Synopsis/solicitation For The Following Part: item Name: Swivel Fitting national Stock Number: 4730-00-989-4945 part Number: 1107w63-3 manufacturer’s Cage Code: 09790 quantity: 20 Ea requested Delivery Date: 01-may-2024 at The Time Of Award, The Uscg Intends To Place An Order For The Purchase Of Twenty (20) Item(s). Iaw Federal Acquisition Regulation (far) 52.217-6 The Uscg May Require Twenty (20) Additional Items For A Maximum Quantity Of Forty (40) At The Same Price And Lead Time As The Original Order, For Up To Three Hundred And Sixty-five (365) Days After The Initial Award Date. ***please Note That If The Uscg Chooses To Exercise Any Optional Quantity Modifications, Such Modifications Will Be Issued Unilaterally To The Contractor. alternate Part Numbers And Oem’s May Be Acceptable Upon Review And Approval By Medium Range Recovery (mrr) Engineering. the Contractor Shall Furnish A Certificate Of Conformance (coc) In Accordance With Federal Acquisition Regulation (far) Clause 52.246-15. Coc Must Be Submitted In The Format Specified In The Clause. Offerors Must Be Able To Provide Necessary Certification Including Traceability To The Manufacturer, Manufacturer's Coc And Its Own Certificate Of Conformance To Ensure Parts Are In Airworthy Condition, Suitable For Installation On Uscg Aircraft. all Parts Shall Be New Approved Parts. “new Surplus” Will Be Considered With Approval By Mrr Engineering. consistent With Far Provision 52.212-1(h), The Government Reserves The Right To Make More Than One Award. note: No Drawings, Specifications Or Schematics Are Available From This Agency. see Attachment 1 - “terms And Conditions –70z03824qj0000272” For Applicable Clauses, Instructions And Evaluation Criteria. closing Date And Time For Receipt Of Offers Is 4/15/2024 At 11:00am Eastern Daylight Time. Anticipated Award Date Is On Or About 4/16/2024. E-mail Quotations Are Preferred And May Be Sent To Samuel.j.ownley@uscg.mil Please Indicate 70z03824qj0000272 In The Subject Line. notice For Filing Agency Protests united States Coast Guard Ombudsman Program it Is The Policy Of The United States Coast Guard (uscg) To Issue Solicitations And Make Contract Awards In A Fair And Timely Manner. The Ombudsman Program For Agency Protests (opap) Was Established To Investigate Agency Protest Issues And Resolve Them Without Expensive And Time- Consuming Litigation. Opap Is An Independent Reviewing Authority That Is Empowered To Grant A Prevailing Protester Essentially The Same Relief As The Government Accountability Office (gao). interested Parties Are Encouraged To Seek Resolution Of Their Concerns Within The Uscg As An Alternative Dispute Resolution (adr) Forum Rather Than Filing A Protest With The Gao Or Some External Forum. Interested Parties May Seek Resolution Of Their Concerns Informally Or Opt To File A Formal Agency Protest With The Contracting Officer Or Ombudsman. informal Forum With The Ombudsman. Interested Parties Who Believe A Specific Uscg Procurement Is Unfair Or Otherwise Defective Should First Direct Their Concerns To The Applicable Contracting Officer. If The Contracting Officer Is Unable To Satisfy Their Concerns, Interested Parties Are Encouraged To Contact The U.s. Coast Guard Ombudsman For Agency Protests. Under This Informal Process The Agency Is Not Required To Suspend Contract Award Performance. Use Of An Informal Forum Does Not Suspend Any Time Requirement For Filing A Protest With The Agency Or Other Forum. In Order To Ensure A Timely Response, Interested Parties Should Provide The Following Information To The Ombudsman: Solicitation/contract Number, Contracting Office, Contracting Officer, And Solicitation Closing Date (if Applicable). formal Agency Protest With The Ombudsman. Prior To Submitting A Formal Agency Protest, Protesters Must First Use Their Best Efforts To Resolve Their Concerns With The Contracting Officer Through Open And Frank Discussions. If The Protester’s Concerns Are Unresolved, An Independent Review Is Available By The Ombudsman. The Protester May File A Formal Agency Protest To Either The Contracting Officer Or As An Alternative To That, The Ombudsman Under The Opap Program. contract Award Or Performance Will Be Suspended During The Protest Period Unless Contract Award Or Performance Is Justified, In Writing, For Urgent And Compelling Reasons Or Is Determined In Writing To Be In The Best Interest Of The Government. The Agency’s Goal Is To Resolve Protests In Less Than 35 Calendar Days From The Date Of Filing. Protests Shall Include The Information Set Forth In Far 33.103(d) (2). If The Protester Fails To Submit The Required Information, Resolution Of The Protest May Be Delayed Or The Protest May Be Dismissed. To Be Timely Protests Must Be Filed Within The Period Specified In Far 33.103(e). Formal Protests Filed Under The Opap Program Should Be Submitted Electronically To Opap@uscg.mil And The Contracting Officer Or By Hand Delivery To The Contracting Officer. election Of Forum. After An Interested Party Protests A Coast Guard Procurement To The Contracting Officer Or The Ombudsman, And While The Protest Is Pending, The Protester Agrees Not To File A Protest With The Gao Or Other External Forum. If The Protest Is Filed With An External Forum, The Agency Protest Will Be Dismissed.
Closing Date15 Apr 2024
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Others
United States
Purchase Of Stud, Turnlock Fastener
Closing Date15 Apr 2024
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Civil And Construction...+3Others, Consultancy Services, Civil And Architectural Services
United States
Uscg D7 Trash Billing Consolidation
Closing Date12 Apr 2024
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Electrical Goods and Equipments...+1Electrical and Electronics
United States
Uscg Sta South Padre Island Fuel Dispenser Electrical Repairs
Closing Date12 Apr 2024
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Others
United States
Plating And Metal Finishing Services
Closing Date18 Apr 2024
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Electrical Goods and Equipments...+1Electrical and Electronics
United States
(i) This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format Outlined In Far Subpart 12.6, And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. (ii) Solicitation Number 70z04024q50248b00 Is Issued As A Request For Quotation (rfq). (iii) Solicitation 70z04024q50248b00 And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2023-01, Dated 30 December 2022. (iv) This Acquisition Will Be Issued As A 100% Small Business Set-aside Under Naics 336611 With A Small Business Size Standard Of 1,250 Employees. (v) clin Description Of Supplies Or Services Qty U/m Unit Price Total Price 0001 Seat Marine, P/n: 217643 20 Ea $________ $_________ Nsn: 2090-01-648-6798 Oem Mfr: Vigor Kvichak Llc (vi) These Parts Are Used On U. S. Coast Guard Small Boats. Substitute Parts Or Part Numbers Are Not Acceptable. The Uscg Does Not Own The Rights To The Proprietary Data And Therefore Cannot Provide Drawings, Specifications Or Schematics For These Parts. the Government Anticipates Awarding A Non-competitive Sole Source Purchase Order As The Result Of This Synopsis/solicitation. It Is The Government’s Belief That Only Vigor Kvichak Llc And Or Their Authorized Distributors Can Obtain The Required Technical And Engineering Data, And Genuine Oem Parts, Required To Successfully Fulfill This Requirement. Concerns Having The Expertise And Required Capabilities To Fulfill This Requirement Are Invited To Submit Complete Information Discussing The Same Within Three (3) Calendar Days From The Date This Notice Is Posted. The Information Submitted Must Include A Letter From The Oem Verifying The Offeror Is An Authorized Distributor And Verifying The Offeror Will Supply Only Genuine Oem Parts. (vii) packing And Marking: all Items Shall Be Individually Packaged Iaw Mil-std-2073-1e Method 10 As Described Below: **cushioning Materials, Dunnage, Blocking And Bracing Shall Be Applied As Required To Protect The Items And The Enclosing Media And Restrict The Movement Of The Item Within The Container markings: Iaw Mil-std-129r And Bar Coded Iaw iso/iec-16388-2007, Code 39 Symbology. **all Items Individually Packaged And Marked May Be Shippied In A Box Marked "multipack"** delivery: all Items Shall Be Delivered Not Later Than 18 May 2024. Deliveries Are To Be Made Monday Through Friday Between The Hours Of 7:00 Am To 1:00 Pm. delivery Shall Be F.o.b. Destination To: united States Coast Guard (sflc) receiving Room, Bldg. #88 2401 Hawkins Point Road baltimore, Md 21226. inspection And Acceptance: F.o.b. Destination inspection And Acceptance Shall Take Place 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. (viii) The Provision At 52.212-1, Instructions To Offerors-commercial, Applies To This Acquisition. In Addition, The Following Language Applies To This Provision: multiple Awards Will Not Be Made. Vendor Shall Provide An All-or-nothing Quote For The Requirement Identified In (v) Above. (ix) Award Will Be Made To The Lowest Price Offeror. Vendor Must Be Registered At Https://www.sam.gov Prior To Quote Submittal. each Offeror’s Record In Fapiis Will Be Reviewed Prior To Award. Award Will Not Be Made To Any Offeror Who Has Any Adverse Financial Information Or Exclusions.. (x) Offerorsshall Include A Completed Copy Of The Provision At52.212-3,offerorrepresentations And Certifications-commercial Productsandcommercial Services, With Their Offer, If This Information Is Not Already Included In Https://www.sam.gov (xi) The Clause At 52.212-4, Contract Terms And Conditions-commercial Items, Applies To This Acquisition. (xii) Far 52.212-5contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services (dec 2022) (a)the Contractorshallcomply With The Following Federalacquisitionregulation (far) Clauses, Which Are Incorporated In This Contract By Reference, To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: (1)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements(jan 2017)(section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (2)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities(nov 2021)(section 1634 Of Pub. L. 115-91). (3)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232). (4)52.209-10, Prohibition Oncontractingwith Inverted Domestic Corporations(nov 2015). (5)52.233-3, Protest After Award(aug 1996)(31u.s.c.3553). (6)52.233-4, Applicable Law For Breach Of Contractclaim(oct 2004)(public Laws 108-77 And 108-78 (19u.s.c.3805note)). (b)the Contractorshallcomply With The Far Clauses In This Paragraph (b) That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: __(1)52.203-6, Restrictions On Subcontractor Sales To The Government(jun 2020),withalternatei(nov 2021)(41u.s.c.4704and10 U.s.c. 4655). __(2)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509)). __(3)52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009(jun 2010)(section 1553 Of Pub. L. 111-5). (applies To Contracts Funded By The American Recovery And Reinvestment Act Of 2009.) _x_(4)52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards(jun 2020)(pub. L. 109-282) (31u.s.c.6101note). __(5)[reserved]. __(6)52.204-14, Service Contract Reporting Requirements(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). __(7)52.204-15, Service Contract Reporting Requirements For Indefinite-delivery Contracts(oct 2016)(pub. L. 111-117, Section 743 Of Div. C). x (8)52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed Fordebarment.(nov 2021)(31u.s.c.6101note). __(9)52.209-9, Updates Of Publicly Available Information Regarding Responsibility Matters(oct 2018)(41u.s.c.2313). __(10)[reserved]. __(11)52.219-3, Notice Ofhubzoneset-aside Or Sole-source Award (oct 2022) (15u.s.c.657a). __(12)52.219-4, Notice Of Price Evaluation Preference Forhubzonesmall Business Concerns (oct 2022) (if Theofferorelects To Waive The Preference, Itshallso Indicate In Itsoffer) (15u.s.c.657a). __(13)[reserved] _x_(14)(i)52.219-6, Notice Of Total Small Business Set-aside(nov 2020)(15u.s.c.644). __(ii)alternatei(mar 2020)of52.219-6. __(15)(i)52.219-7, Notice Of Partial Small Business Set-aside(nov 2020)(15u.s.c.644) __(ii)alternatei(mar 2020)of52.219-7. __(16)52.219-8, Utilization Of Small Business Concerns (oct 2022) (15u.s.c.637(d)(2)and (3)). __(17)(i)52.219-9, Small Business Subcontracting Plan (oct 2022) (15u.s.c.637(d)(4)). __(ii)alternatei(nov 2016)of52.219-9. __(iii)alternateii(nov 2016)of52.219-9. __(iv)alternateiii(jun 2020)of52.219-9. __(v)alternateiv(sep 2021)of52.219-9. __(18) (i)52.219-13, Notice Of Set-aside Of Orders(mar 2020)(15u.s.c.644(r)). __(ii)alternatei(mar 2020)of52.219-13. __(19)52.219-14, Limitations On Subcontracting (oct 2022) (15u.s.c.637s). __(20)52.219-16, Liquidated Damages—subcontracting Plan(sep 2021)(15u.s.c.637(d)(4)(f)(i)). __(21)52.219-27, Notice Of Service-disabled Veteran-owned Small Business Set-aside (oct 2022) (15u.s.c.657f). __(22) (i)52.219-28, Post Award Small Business Program Representation (oct 2022) (15u.s.c.632(a)(2)). __(ii)alternatei(mar 2020)of52.219-28. __(23)52.219-29, Notice Of Set-aside For, Or Sole-source Award To, Economically Disadvantagedwomen-owned Small Business Concerns(oct 2022) (15u.s.c.637(m)). _ (24)52.219-30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program (oct 2022) (15u.s.c.637(m)). __(25)52.219-32, Orders Issued Directly Under Small Business Reserves(mar 2020)(15u.s.c.644(r)). _x_(26)52.219-33, Nonmanufacturer Rule(sep 2021)(15u.s.c. 637(a)(17)). x(27)52.222-3, Convict Labor(jun 2003)(e.o.11755). x(28)52.222-19, Child Labor-cooperation With Authorities And Remedies(dec 2022)(e.o.13126). x(29)52.222-21, Prohibition Of Segregated Facilities(apr 2015). _x_(30) (i)52.222-26, Equal Opportunity(sep 2016)(e.o.11246). __(ii)alternatei(feb 1999)of52.222-26. __(31) (i)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). __(ii)alternatei(jul 2014)of52.222-35. _x_(32) (i)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). __(ii)alternatei(jul 2014)of52.222-36. __(33)52.222-37, Employment Reports On Veterans (jun 2020) (38u.s.c.4212). _(34)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). _x_(35) (i)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o. 13627). (ii)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78and E.o. 13627). __(36)52.222-54, Employment Eligibility Verification(may2022)(executive Order 12989). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items Or Certain Other Types Ofcommercial Productsorcommercial Servicesas Prescribed In Far22.1803.) __(37) (i)52.223-9, Estimate Of Percentage Ofrecovered Materialcontent For Epa–designated Items (may2008) (42u.s.c.6962(c)(3)(a)(ii)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(ii)alternatei(may2008)of52.223-9(42u.s.c.6962(i)(2)(c)). (not Applicable To Theacquisitionof Commercially Available Off-the-shelf Items.) __(38)52.223-11,ozone-depleting Substancesandhigh Global Warming Potential Hydrofluorocarbons(jun 2016) (e.o. 13693). __(39)52.223-12, Maintenance, Service, Repair, Or Disposal Of Refrigeration Equipment And Air Conditioners(jun 2016)(e.o. 13693). __(40) (i)52.223-13,acquisitionof Epeat®-registered Imaging Equipment(jun 2014)(e.o.s 13423 And 13514). __(ii)alternatei(oct 2015)of52.223-13. __(41) (i)52.223-14,acquisitionof Epeat®-registered Televisions(jun 2014)(e.o.s 13423 And 13514). __(ii)alternatei (jun2014) Of52.223-14. __(42)52.223-15, Energy Efficiency In Energy-consumingproducts(may2020)(42u.s.c.8259b). __(43) (i)52.223-16,acquisitionof Epeat®-registered Personal Computerproducts(oct 2015)(e.o.s 13423 And 13514). __(ii)alternatei(jun 2014)of52.223-16. x (44)52.223-18, Encouraging Contractor Policies To Ban Text Messaging While Driving(jun 2020)(e.o. 13513). __(45)52.223-20, Aerosols(jun 2016)(e.o. 13693). __(46)52.223-21, Foams (jun2016) (e.o. 13693). __(47) (i)52.224-3privacy Training(jan 2017)(5 U.s.c. 552 A). __(ii)alternatei(jan 2017)of52.224-3. __(48) (i)52.225-1, Buy American-supplies(oct 2022)(41u.s.c.chapter83). __(ii)alternatei(oct 2022)of52.225-1. _x_(49) (i)52.225-3, Buy American-free Trade Agreements-israeli Trade Act(dec 2022)(19 U.s.c. 3301 Note,19 U.s.c. 2112 Note,19 U.s.c. 3805 Note,19 U.s.c. 4001 Note, 19 U.s.c. Chapter 29 (sections 4501-4732), Public Law 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, And 112-43. __(ii)alternatei [reserved]. __(iii)alternateii(dec2022)of52.225-3. __(iv)alternateiii(jan2021)of52.225-3. __(v)alternateiv (oct 2022) Of52.225-3. __(50)52.225-5, Trade Agreements(dec 2022)(19u.s.c.2501,et Seq.,19u.s.c.3301note). x (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). __(52)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016) (section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008;10 U.s.c. Subtitle A, Part V, Subpart G Note). __(53)52.226-4, Notice Of Disaster Oremergencyarea Set-aside (nov 2007) (42u.s.c.5150). __(54)52.226-5, Restrictions On Subcontracting Outside Disaster Oremergencyarea (nov2007) (42u.s.c.5150). __(55)52.229-12, Tax On Certain Foreignprocurements(feb 2021). __(56)52.232-29, Terms For Financing Of Purchases Ofcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). (57)52.232-30, Installment Payments Forcommercial Productsandcommercial Services(nov 2021)(41u.s.c.4505,10 U.s.c. 3805). x (58)52.232-33, Payment Byelectronic Funds Transfer-system For Award Management(oct2018)(31u.s.c.3332). (59)52.232-34, Payment Byelectronic Funds Transfer-other Thansystem For Award Management(jul 2013) (31u.s.c.3332). (60)52.232-36, Payment By Third Party(may2014)(31u.s.c.3332). __(61)52.239-1, Privacy Or Security Safeguards(aug 1996)(5u.s.c.552a). __(62)52.242-5, Payments Tosmall Business Subcontractors(jan 2017)(15u.s.c.637(d)(13)). __(63) (i)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631). __(ii)alternatei(apr 2003)of52.247-64. __(iii)alternateii(nov 2021)of52.247-64. (c)the Contractorshallcomply With The Far Clauses In This Paragraph (c), Applicable Tocommercial Services, That Thecontracting Officerhas Indicated As Being Incorporated In This Contract By Reference To Implement Provisions Of Law Or Executive Orders Applicable Toacquisitionsofcommercial Productsandcommercial Services: [contracting Officercheck As Appropriate.] __ (1)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). __(2)52.222-42, Statement Of Equivalent Rates For Federal Hires(may2014)(29u.s.c.206and41u.s.c.chapter67). __(3)52.222-43, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (multiple Year Andoptioncontracts)(aug 2018)(29u.s.c.206and41u.s.c.chapter67). __(4)52.222-44, Fair Labor Standards Act And Service Contract Labor Standards-price Adjustment (may2014) (29u.s.c.206and41u.s.c.chapter67). __(5)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). __(6)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). __(7)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). __(8)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). __(9)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations (jun 2020) (42u.s.c.1792). (d)comptroller General Examination Of Record. The Contractorshallcomply With The Provisions Of This Paragraph (d) If This Contract Was Awarded Using Other Than Sealed Bid, Is In Excess Of Thesimplified Acquisition Threshold, As Defined In Far2.101, On The Date Of Award Of This Contract, And Does Not Contain The Clause At52.215-2, Audit And Records-negotiation. (1)the Comptroller General Of Theunited States, Or An Authorized Representative Of The Comptroller General,shallhave Access To And Right To Examine Any Of The Contractor’s Directly Pertinent Records Involving Transactions Related To This Contract. (2)the Contractorshallmake Available At Its Offices At All Reasonable Times The Records, Materials, And Other Evidence For Examination, Audit, Or Reproduction, Until 3 Years After Final Payment Under This Contract Or For Any Shorter Period Specified In Far Subpart4.7, Contractor Records Retention, Of The Other Clauses Of This Contract. If This Contract Is Completely Or Partially Terminated, The Records Relating To The Work Terminatedshallbe Made Available For 3 Years After Any Resulting Final Termination Settlement. Records Relating To Appeals Under The Disputes Clause Or To Litigation Or The Settlement Ofclaimsarising Under Or Relating To This Contractshallbe Made Available Until Such Appeals, Litigation, Orclaimsare Finally Resolved. (3)as Used In This Clause, Records Include Books, Documents, Accounting Procedures And Practices, And Other Data, Regardless Of Type And Regardless Of Form. This Does Not Require The Contractor To Create Or Maintain Any Record That The Contractor Does Not Maintain In The Ordinary Course Of Business Or Pursuant To A Provision Of Law. (e) (1)notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), (c), And (d) Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause, Other Than Those In This Paragraph (e)(1), In A Subcontract Forcommercial Productsor Commercial Services. Unless Otherwise Indicated Below, The Extent Of The Flow Downshallbe As Required By The Clause- (i)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509). (ii)52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements (jan 2017) (section 743 Of Division E, Title Vii, Of The Consolidated And Further Continuing Appropriations Act, 2015 (pub. L. 113-235) And Its Successor Provisions In Subsequent Appropriations Acts (and As Extended In Continuing Resolutions)). (iii)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities(nov 2021)(section 1634 Of Pub. L. 115-91). (iv)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232). (v)52.219-8, Utilization Of Small Business Concerns (oct 2022) (15u.s.c.637(d)(2)and (3)), In All Subcontracts Thatofferfurther Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far19.702(a) On The Date Of Subcontract Award, The Subcontractormustinclude52.219-8in Lower Tier Subcontracts Thatoffersubcontracting Opportunities. (vi)52.222-21, Prohibition Of Segregated Facilities(apr 2015). (vii)52.222-26, Equal Opportunity(sep 2015)(e.o.11246). (viii)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). (ix)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). (x)52.222-37, Employment Reports On Veterans(jun 2020)(38u.s.c.4212). (xi)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause52.222-40. (xii)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). (xiii) (a)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o 13627). (b)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78ande.o.13627). (xiv)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). (xv)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). (xvi)52.222-54, Employment Eligibility Verification(may2022)(e.o. 12989). (xvii)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). (xviii)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). (xix) (a)52.224-3, Privacy Training (jan 2017) (5u.s.c.552a). (b)alternatei(jan 2017)of52.224-3. (xx)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016)(section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008;10 U.s.c. Subtitle A, Part V, Subpart G Note). (xxi)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations(jun 2020)(42u.s.c.1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause52.226-6. (xxii)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause52.247-64. (2)while Not Required, The Contractormayinclude In Its Subcontracts Forcommercial Productsandcommercial Servicesa Minimal Number Of Additional Clauses Necessary To Satisfy Its Contractual Obligations. (d)(1) The Comptroller General Of Theunited States, An Appropriate Inspector General Appointed Under Section 3 Or 8 G Of The Inspector General Act Of 1978 (5u.s.c.app.), Or An Authorized Representative Of Either Of The Foregoing Officialsshallhave Access To And Right To— (i) Examine Any Of The Contractor’s Or Any Subcontractors’ Records That Pertain To, And Involve Transactions Relating To, This Contract; And (ii) Interview Any Officer Or Employee Regarding Such Transactions. (e)(1) Notwithstanding The Requirements Of The Clauses In Paragraphs (a), (b), And (c), Of This Clause, The Contractor Is Not Required To Flow Down Any Far Clause In A Subcontract Forcommercial Productsorcommercial Services, Other Than— (i)paragraph (d) Of This Clause. This Paragraph Flows Down To All Subcontracts, Except The Authority Of The Inspector General Under Paragraph (d)(1)(ii) Does Not Flow Down; And (ii)those Clauses Listed In This Paragraph (e)(1). Unless Otherwise Indicated Below, The Extent Of The Flow Downshallbe As Required By The Clause- (a)52.203-13, Contractor Code Of Business Ethics And Conduct(nov 2021)(41u.s.c.3509). (b)52.203-15, Whistleblower Protections Under The American Recovery And Reinvestment Act Of 2009(jun 2010)(section 1553 Of Pub. L. 111-5). (c)52.204-23, Prohibition Oncontractingfor Hardware, Software, And Services Developed Or Provided By Kaspersky Lab And Other Covered Entities(nov 2021)(section 1634 Of Pub. L. 115-91). (d)52.204-25, Prohibition Oncontractingfor Certain Telecommunications And Video Surveillance Services Or Equipment.(nov 2021)(section 889(a)(1)(a) Of Pub. L. 115-232). (e)52.219-8, Utilization Of Small Business Concerns (oct 2022) (15u.s.c.637(d)(2)and(3)), In All Subcontracts Thatofferfurther Subcontracting Opportunities. If The Subcontract (except Subcontracts To Small Business Concerns) Exceeds The Applicable Threshold Specified In Far19.702(a) On The Date Of Subcontract Award, The Subcontractormustinclude52.219-8in Lower Tier Subcontracts Thatoffersubcontracting Opportunities. (f)52.222-21, Prohibition Of Segregated Facilities(apr 2015). (g)52.222-26, Equal Opportunity(sep 2016)(e.o. 11246). (h)52.222-35, Equal Opportunity For Veterans(jun 2020)(38u.s.c.4212). (i)52.222-36, Equal Opportunity For Workers With Disabilities(jun 2020)(29u.s.c.793). (j)52.222-40, Notification Of Employee Rights Under The National Labor Relations Act(dec 2010)(e.o. 13496). Flow Down Required In Accordance With Paragraph (f) Of Far Clause52.222-40. (k)52.222-41, Service Contract Labor Standards(aug 2018)(41u.s.c.chapter67). (l) ___(1)52.222-50, Combating Trafficking In Persons(nov 2021)(22u.s.c.chapter78and E.o 13627). ___(2)alternatei(mar 2015)of52.222-50(22u.s.c.chapter78ande.o.13627). (m)52.222-51, Exemption From Application Of The Service Contract Labor Standards To Contracts For Maintenance, Calibration, Or Repair Of Certain Equipment-requirements (may2014) (41u.s.c.chapter67). (n)52.222-53, Exemption From Application Of The Service Contract Labor Standards To Contracts For Certain Services-requirements(may2014)(41u.s.c.chapter67). (o)52.222-54, Employment Eligibility Verification(may2022) (executive Order 12989). (p)52.222-55, Minimum Wages For Contractor Workers Under Executive Order 14026(jan 2022). (q)52.222-62, Paid Sick Leave Under Executive Order 13706(jan 2022)(e.o. 13706). (r)(1)52.224-3, Privacy Training(jan 2017)(5u.s.c.552a). (2)alternatei(jan 2017)of52.224-3. (s)52.225-26, Contractors Performing Private Security Functions Outside Theunited States(oct 2016) (section 862, As Amended, Of Thenational Defenseauthorization Act For Fiscal Year 2008;10 U.s.c. Subtitle A, Part V, Subpart G Note). (t)52.226-6, Promoting Excess Food Donation To Nonprofit Organizations.(jun 2020)(42u.s.c.1792). Flow Down Required In Accordance With Paragraph (e) Of Far Clause 52.226-6. (u)52.247-64, Preference For Privately Owned U.s.-flag Commercial Vessels(nov 2021)(46 U.s.c. 55305and10u.s.c.2631). Flow Down Required In Accordance With Paragraph (d) Of Far Clause 52.247-64. (end Of Clause) (xiii) electronic Submission Of Payment Requests (a) Definitions. As Used In These Instructions - (1) “payment Request” Means A Bill, Voucher, Invoice, Or Request For Contract Financing Payment With Associated Supporting Documentation. The Payment Request Must: Comply With The Requirements Identified In Far 32.905(b), “content Of Invoices” And The Applicable Payment Clause Included In This Contract. In Addition, Discount Offerings And Small Business Status If Available Shall Be Stated. If Travel Was Allowable And Approved, Components In Accordance With Far 31.205-46 Shall Be Provided. (b) The Contractor Shall Submit Payment Requests Electronically Using The Invoice Processing Platform (ipp). The Contractor Will Submit Payment Requests Using The Blank Form In Ipp. (c) Information Regarding Ipp, Including Ipp Customer Support Contact Information, Is Available At Www.ipp.gov Or Any Successor Site. (d) Ipp Enrollment Information Is At Https://www.uscg.mil/fincen/ipp/. additional Clauses hsar 3052.212-70contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items. as Prescribed In (hsar) 48 Cfr 3012.301, Insert The Following Clause: contract Terms And Conditions Applicable To Dhs Acquisition Of Commercial Items (sep 2012) the Contractor Agrees To Comply With Any Provision Or Clause That Is Incorporated Herein By Reference To Implement Agency Policy Applicable To Acquisition Of Commercial Items Or Components. The Provision Or Clause In Effect Based On The Applicable Regulation Cited On The Date The Solicitation Is Issued Applies Unless Otherwise Stated Herein. The Following Provisions And Clauses Are Incorporated By Reference: [the Contracting Officer Should Either Check The Provisions And Clauses That Apply Or Delete The Provisions And Clauses That Do Not Apply From The List. The Contracting Officer May Add The Date Of The Provision Or Clause If Desired For Clarity.] (a)provisions. _x__3052.247-72 F.o.b. Destination Only. (end Of Clause) (xiv) Defense Priorities And Allocations System (dpas) Ratings Are Not Applicable. (xv) Quotes Are Due Not Later Than 18 April 2024, By 12:00 Pm Eastern Daylight Savings Time (dst). (xvi) All Questions Regarding This Notice Shall Be Submitted In Writing To Xxxx Not Later Than Xxxx. Quote Shall Be Emailed To Kim.j.wooters@uscg.mil
Closing Date18 Apr 2024
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Machinery and Tools
United States
The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part: item 1) 2990 01-718-1842 install Kit Exhaust Stbd-001 mfg Name: Florida Marine Joiner Service, Inc. part_nbr: Stbd-001 quantity: 1 154 Wpc Mde Exhaust Lagging Installation Kit Stbd-001 - Stbd Silencer. Kits assembled Iaw Bollinger Drawing 154b-wpc-508-201 Rev. 5 And Deangelo Mixing Tank drawing B18-11007 Rev. A. Drawings Are Proprietary And Cannot Be Released To public. Additional Funding Added To Estimate For Pp&m And Shipping To Baltimore. each Item Shall Be Individually Preserved And Packaged As Appropriate In Accordance with Mil-std-2073-1e Method 10 In An Appropriately Sized Astm-d6251 Type Iii, Class 1 Wood-cleated Panel-board Shipping Box, Astm-d6880 Class 2 Heavy Duty Screwed wooden Box Or Astm-d5118 Heavy Duty Double-wall Fiberboard Box As Appropriate cushioned And/or Secured To Prevent Damage From Movement Or External Impacts. Any crates Or Boxes Weighing Over 50 Lbs Shall Be Skid Mounted Or Secured To An appropriately Sized Pallet To Facilitate Forklift Use. marking Iaw Mil-std-129r Except Bar Coded Iaw Iso/iec-16388-2007, Code 39 Symbology. all Markings Shall Be Placed So Visible By Forklift Operator, If Applicable. all Items Are Inspected When Delivered To The Coast Guard Warehouse. Failure To meet The Requirements For Packaging, Packing, Marking (pp&m) And Bar-coding Will result In The Item(s) Being Rejected And Possibly Returned To The Vendor. This Will delay Payment. Any Questions Concerning The Pp&m Requirements Or Bar-coding Should be Addressed With The Contracting Officer Prior To Contract Award. item 2) 990 01-718-1844 install Kit Exhaust Stbd-001 mfg Name: Florida Marine Joiner Service, Inc. part_nbr: Port-001 quantity: 1 154 Wpc Mde Exhaust Lagging Installation Kit Port-001 - Port Silencer. Kits assembled Iaw Bollinger Drawing 154b-wpc-508-201 Rev. 5 And Deangelo Mixing Tank drawing B18-11007 Rev. A. Drawings Are Proprietary And Cannot Be Released To public. Additional Funding Added To Estimate For Pp&m And Shipping To Baltimore. each Item Shall Be Individually Preserved And Packaged As Appropriate In Accordance with Mil-std-2073-1e Method 10 In An Appropriately Sized Astm-d6251 Type Iii, Class 1 Wood-cleated Panel-board Shipping Box, Astm-d6880 Class 2 Heavy Duty Screwed wooden Box Or Astm-d5118 Heavy Duty Double-wall Fiberboard Box As Appropriate cushioned And/or Secured To Prevent Damage From Movement Or External Impacts. Any crates Or Boxes Weighing Over 50 Lbs Shall Be Skid Mounted Or Secured To An appropriately Sized Pallet To Facilitate Forklift Use. marking Iaw Mil-std-129r Except Bar Coded Iaw Iso/iec-16388-2007, Code 39 Symbology. all Markings Shall Be Placed So Visible By Forklift Operator, If Applicable. all Items Are Inspected When Delivered To The Coast Guard Warehouse. Failure To meet The Requirements For Packaging, Packing, Marking (pp&m) And Bar-coding Will result In The Item(s) Being Rejected And Possibly Returned To The Vendor. This Will delay Payment. Any Questions Concerning The Pp&m Requirements Or Bar-coding Should be Addressed With The Contracting Officer Prior To Contract Award. item 3) 2990 01-718-2706 install Kit Exhaust Stbd-003 mfg Name: Florida Marine Joiner Service, Inc. part_nbr: Stbd-003 quantity: 1 154 Wpc Mde Exhaust Lagging Installation Kit Stbd-003 - Stbd Mde Outlet. Kits assembled Iaw Bollinger Drawing 154b-wpc-508-201 Rev. 5 And Deangelo Mixing Tank drawing B18-11007 Rev. A. Drawings Are Proprietary And Cannot Be Released To public. Additional Funding Added To Estimate For Pp&m And Shipping To Baltimore. each Item Shall Be Individually Preserved And Packaged As Appropriate In Accordance with Mil-std-2073-1e Method 10 In An Appropriately Sized Astm-d6251 Type Iii, Class 1 Wood-cleated Panel-board Shipping Box, Astm-d6880 Class 2 Heavy Duty Screwed wooden Box Or Astm-d5118 Heavy Duty Double-wall Fiberboard Box As Appropriate cushioned And/or Secured To Prevent Damage From Movement Or External Impacts. Any crates Or Boxes Weighing Over 50 Lbs Shall Be Skid Mounted Or Secured To An appropriately Sized Pallet To Facilitate Forklift Use. marking Iaw Mil-std-129r Except Bar Coded Iaw Iso/iec-16388-2007, Code 39 Symbology. all Markings Shall Be Placed So Visible By Forklift Operator, If Applicable. all Items Are Inspected When Delivered To The Coast Guard Warehouse. Failure To meet The Requirements For Packaging, Packing, Marking (pp&m) And Bar-coding Will result In The Item(s) Being Rejected And Possibly Returned To The Vendor. This Will delay Payment. Any Questions Concerning The Pp&m Requirements Or Bar-coding Should be Addressed With The Contracting Officer Prior To Contract Award. item 4 2990 01-718-2720 install Kit Exhaust Port-003 mfg Name: Florida Marine Joiner Service, Inc. p/n Port-003 qty 1 154 Wpc Mde Exhaust Lagging Installation Kit Port-003 - Port Mde Outlet. Kits assembled Iaw Bollinger Drawing 154b-wpc-508-201 Rev. 5 And Deangelo Mixing Tank drawing B18-11007 Rev. A. Drawings Are Proprietary And Cannot Be Released To public. Additional Funding Added To Estimate For Pp&m And Shipping To Baltimore. each Item Shall Be Individually Preserved And Packaged As Appropriate In Accordance with Mil-std-2073-1e Method 10 In An Appropriately Sized Astm-d6251 Type Iii, Class 1 Wood-cleated Panel-board Shipping Box, Astm-d6880 Class 2 Heavy Duty Screwed wooden Box Or Astm-d5118 Heavy Duty Double-wall Fiberboard Box As Appropriate cushioned And/or Secured To Prevent Damage From Movement Or External Impacts. Any crates Or Boxes Weighing Over 50 Lbs Shall Be Skid Mounted Or Secured To An appropriately Sized Pallet To Facilitate Forklift Use. marking Iaw Mil-std-129r Except Bar Coded Iaw Iso/iec-16388-2007, Code 39 Symbology. all Markings Shall Be Placed So Visible By Forklift Operator, If Applicable. all Items Are Inspected When Delivered To The Coast Guard Warehouse. Failure To meet The Requirements For Packaging, Packing, Marking (pp&m) And Bar-coding Will result In The Item(s) Being Rejected And Possibly Returned To The Vendor. This Will delay Payment. Any Questions Concerning The Pp&m Requirements Or Bar-coding Should be Addressed With The Contracting Officer Prior To Contract Award. item 5. 2990 01-718-3009 install Kit Exhaust Stbd-002 p/n Stbd-002 mfg Name: Florida Marine Joiner Service, Inc. qty 1 154 Wpc Mde Exhaust Lagging Installation Kit Stbd-002 - Stbd Side Transition. Kits assembled Iaw Bollinger Drawing 154b-wpc-508-201 Rev. 5 And Deangelo Mixing Tank drawing B18-11007 Rev. A. Drawings Are Proprietary And Cannot Be Released To public. Additional Funding Added To Estimate For Pp&m And Shipping To Baltimore. each Item Shall Be Individually Preserved And Packaged As Appropriate In Accordance with Mil-std-2073-1e Method 10 In An Appropriately Sized Astm-d6251 Type Iii, Class 1 Wood-cleated Panel-board Shipping Box, Astm-d6880 Class 2 Heavy Duty Screwed wooden Box Or Astm-d5118 Heavy Duty Double-wall Fiberboard Box As Appropriate cushioned And/or Secured To Prevent Damage From Movement Or External Impacts. Any crates Or Boxes Weighing Over 50 Lbs Shall Be Skid Mounted Or Secured To An appropriately Sized Pallet To Facilitate Forklift Use. marking Iaw Mil-std-129r Except Bar Coded Iaw Iso/iec-16388-2007, Code 39 Symbology. all Markings Shall Be Placed So Visible By Forklift Operator, If Applicable. all Items Are Inspected When Delivered To The Coast Guard Warehouse. Failure To meet The Requirements For Packaging, Packing, Marking (pp&m) And Bar-coding Will result In The Item(s) Being Rejected And Possibly Returned To The Vendor. This Will delay Payment. Any Questions Concerning The Pp&m Requirements Or Bar-coding Should be Addressed With The Contracting Officer Prior To Contract Award. item 6) 2990 01-718-3040 install Kit Exhaust Port-002 p/n Port-002 mfg Name: Florida Marine Joiner Service, Inc. qty 1 154 Wpc Mde Exhaust Lagging Installation Kit Port-002 - Port Side Transition. Kits assembled Iaw Bollinger Drawing 154b-wpc-508-201 Rev. 5 And Deangelo Mixing Tank drawing B18-11007 Rev. A. Drawings Are Proprietary And Cannot Be Released To public. Additional Funding Added To Estimate For Pp&m And Shipping To Baltimore. each Item Shall Be Individually Preserved And Packaged As Appropriate In Accordance with Mil-std-2073-1e Method 10 In An Appropriately Sized Astm-d6251 Type Iii, Class 1 Wood-cleated Panel-board Shipping Box, Astm-d6880 Class 2 Heavy Duty Screwed wooden Box Or Astm-d5118 Heavy Duty Double-wall Fiberboard Box As Appropriate cushioned And/or Secured To Prevent Damage From Movement Or External Impacts. Any crates Or Boxes Weighing Over 50 Lbs Shall Be Skid Mounted Or Secured To An appropriately Sized Pallet To Facilitate Forklift Use. marking Iaw Mil-std-129r Except Bar Coded Iaw Iso/iec-16388-2007, Code 39 Symbology. all Markings Shall Be Placed So Visible By Forklift Operator, If Applicable. all Items Are Inspected When Delivered To The Coast Guard Warehouse. Failure To meet The Requirements For Packaging, Packing, Marking (pp&m) And Bar-coding Will result In The Item(s) Being Rejected And Possibly Returned To The Vendor. This Will delay Payment. Any Questions Concerning The Pp&m Requirements Or Bar-coding Should be Addressed With The Contracting Officer Prior To Contract Award. this Is A Combined Synopsis/solicitation For A Commercial Item Prepared In Accordance With The Format Outlined In Far Subpart 12.6, Fac 2024-02 Jan 22, 2024 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 333114 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 April 18, 2024 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 (june 2020) (31 U.s.c. 6101 Note). 52.219-6, Notice Of Total Small Business Aside (nov 2020) 52.219-13, Notice Of Set-aside Of Orders (mar 2020) 52.219-28, Post Award Small Business Program Rerepresentation (may 2020) far 52.222-3, Convict Labor (jun 2003)(e.o. 11755); far 52.222-19 Child Labor-cooperation With Authorities And Remedies (jan 2020) (e.o. 13126); far 52.222-21, Prohibition Of Segregated Facilities (april 2015); far 52.222-26, Equal Opportunity (april 2015)(e.o. 11246); 52.222-50, Combating Trafficking In Persons (october 2020) far 52.223-18 Contractor Policy To Ban Text Messaging While Driving (june 2020); 52.225-13, Restrictions On Certain Foreign Purchases (jun 2008) 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) 5 2.225-3, Buy American--free Trade Agreements--israeli Trade Act (may 2014) 52.232-33, Payment By Electronic Funds Transfer-central Contractor Registration (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
Closing Date18 Apr 2024
Tender AmountRefer Documents 
3291-3300 of 3321 archived Tenders