Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 07, 2002 FBO #0126
SOLICITATION NOTICE

72 -- MATTRESSES

Notice Date
4/5/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Pacific, Coast Guard Island Building 54A, Alameda, CA, 94501-5100
 
ZIP Code
94501-5100
 
Solicitation Number
DTCG89-02-Q-656L05
 
Response Due
4/22/2002
 
Archive Date
5/7/2002
 
Point of Contact
Donna O'Neal, Purchasing Agent, Phone 510/437-3002, Fax 510/437-3014, - Vic Krusi, Chief Warrant Officer, Phone 510/437-2735, Fax 510/437-3014,
 
E-Mail Address
do'neal@d11.uscg.mil, vkrusi@d11.uscg.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The Request for Quotation number is DTCG89-02-Q-656L05 and incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-06. This acquisition is unrestricted under NAICS Code 337910. The contract type will be firm fixed price. The Government proposes to solicit quotes for the following items: Item 001, Mattresses: dimensions 76 inches x 26.5 inches x 6 inches, QTY: 51 each. Item 002 Mattresses: dimensions 76 inches x 36 inches x 6 inches, QTY: 6 each. Criteria of Mattresses for Shipboard Use: Mattress Material: Open cell, high-density foam (visoelastic). Characteristics: (1) Meets NFPA 267 fire test standards. (2) Minimum density of 5 pound/foot to provide adequate support on rough seas. (3) Temperature and weight sensitive, capable of conforming to body shape and provide therapeutic support, eliminating counter pressure (pressure points), (4) Hypoallergenic. (5) Resistant to mold, mildew, mites and bacteria (especially odor causing bacteria). (6) Breathable, liquid barrier cover, easily replaceable. Shipping and Delivery: Contractor shall delivery to the following locations: (17 ea of item 001 and 2 ea of item 002) to Commanding Officer, USCGC LONG ISLAND (WPB-1342), 2710 North Harbor Drive, San Diego, CA 92101; (17 ea of item 001 and 2 ea of item 002) to Commanding Officer, USCGG TYBEE (WPB-1330), 2710 North Harbor Drive, San Diego, CA 92101; and (17 ea of item 001 and 2 ea of item 002) to Commanding Officer, USCGC EDISTO (WPB-1313) c/o USCG Group Port Angeles, Ediz Hook Road, Port Angeles, WA 98362. Delivery should be within 45 days ARO. Award will be based on the following evaluation factors: (1) Price (2) Past Performance with sub-factors (a)durability of mattresses, (b)quality and (c) delivery. Past performance is approximately equal to price. Offeror is required to identify past or current contracts (including Federal, State, and local government and private) for efforts similar to the Government requirements. The Government shall consider this information, as well as information obtained from any other sources, when evaluating the offerors past performance. The offeror shall limit this information to no more than 3 contracts or contracts performed within the last 3 years. This information shall be provided in the following format: Contract Number; Procuring Contracting Activity, including name, and telephone number of POC; copy of applicable warranty provided with the order. The following FAR provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items, FAR 52.212-3, Offeror Representations and Certifications Commercial Items, all offerors are to include with their quote a completed copy of FAR 52.212-3. (Copies of FAR 52.212-3 are available upon request from the Contracting Officer or on the World Wide Web at http://www.arnet.gov/far/97-/html/52_000.html), FAR 52.212-4, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The following clauses cited in FAR 52.212-5 are applicable to this acquisition: 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-19, Child Labor--Cooperation with Authorities and Remedies (E.O. 13126); 52.225-1, Buy American Act--Balance of Payments Program--Supplies (41 U.S.C. 10a - 10d); 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (31 U.S.C. 3332); Offerors are due on 22 April 2002, 2:00p.m.local time. Offers should be mailed to Commander, Maintenance and Logistics Command Pacific, Bldg 54-A, Coast Guard Island, Alameda, CA 94501-5100, Attn: Donna ONeal. Offers must provide as a minimum: (1) solicitation number (2) name and address, point of contact and telephone number of the offeror; (3) terms of any expressed warranty; (4) price and discount terms; (5) a complete copy of representations and certifications; (6) sufficient technical brochures/literature and description to allow the Contracting Officer to evaluate conformance with the technical requirements as well as evaluate the offerors past performance qualifications. The following notice is for informational purposes: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs). The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit of $500,000 with interest at the prime rate. For further information and application forms concerning STLP, call (800) 532-1169. Internet address: http://osdbuweb.dot.gov.
 
Place of Performance
Address: Commanding Officer, USCGC LONG ISLAD (WPB-1342), USCGC TYBEE (WPB-1330), 2710 North Harbor Drive, San Diego, CA
Zip Code: 92101
Country: us
 
Record
SN00054137-W 20020407/020405213223 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.