SOLICITATION NOTICE
19 -- Steel Pipe Core, Composite Marine Camels
- Notice Date
- 2/3/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer (fcp), U.S. Coast Guard Training Center Cape May, Administration Building Room 212A, Cape May, NJ, 08204-5092
- ZIP Code
- 08204-5092
- Solicitation Number
- DTCG42-04-Q-QNEE03
- Response Due
- 3/4/2004
- Archive Date
- 3/19/2004
- Point of Contact
- Shirley Green, Contracting Officer, Phone 609-898-6342, Fax 609-898-6811, - James Dwyer, Contracting Officer, Phone (609)898-6452, Fax (609)898-6811,
- E-Mail Address
-
sgreen@tracencapemay.uscg.mil, jdwyer@tracencapemay.uscg.mil
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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. The request for quotation number is DTCG42-04-Q-QNEE03. This procurement is 100% set-aside for small business concerns. North American Industry Classification System (NAICS) code is 326199 and size standard is 500 employees. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2001-19. The Coast Guard intends to procure marine camels. Contractor is to design and provide 10 plastic composite mooring camels 45 feet in length and 24 inches in diameter, suitable for use in mooring a 225 foot, 2000 long ton vessel in all weather conditions. Each camel shall have two stainless steel, long sleeved hawse pipes with customer renewable wear sleeves. Fender piles at installation site are treated wood construction measuring approximately 14-16 inches at the butt end and are spaced at 8 feet. Contractor shall provide price proposals and technical data sheets for the following: 1) MARINE CAMEL 10 EA Unit Price: $___________ TOTAL AGGREGATE AMOUNT: $___________ Shipping terms will be FOB destination and will be delivered to the following address: Shipping & Receiving Bldg #204, USCG Training Center, Cape May, NJ 08204 Attn: CWO4 Reynolds/QNEE03. Shipping and receiving hours are: Mondays through Fridays between the hours of 0800 through 1500. Inspection & Acceptance will be conducted at the destination. The required delivery date is 75 days after notice of award. The award will be a firm, fixed-price contract/purchase order and will be awarded utilizing Simplified Acquisition Procedures. The following FAR Clauses/Provisions apply to this solicitation: 52.212-1 Instructions to Offerors-Commercial Items, 52.212-3 Offeror Representations and Certifications-Commercial Items, 52.212-4 Contract Terms and Conditions-Commercial Items, 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (incorporating the following FAR clauses by reference: 52.222-3 Convict Labor, 52.233-3 Protest after Award, 52.222-21 Prohibition of Segregated Facilities, 52.222-22 Previous Contracts and Compliance Reports, 52.222-25, Affirmative Action Compliance, 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-19 Child Labor-Cooperation with Authorities and Remedies, 52.225-1 Buy American Act-Supplies, 52.225-13 Restriction on Certain Foreign Purchases, 52.204-7 Central Contractor Registration, 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration. Full text of FAR clauses and provisions can be accessed electronically at the following address: www.arnet.gov. The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar sale, provided such warranty is available at no additional cost to the government. Offerors responding to this announcement must include a completed copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items. Past performance information shall include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contacts with telephone number and other relevant information). Offerors shall furnish this information for at least three contracts, ongoing or completed within the last three years, for like or similar services held with the U.S. Coast Guard, other Government agencies or private industries. Responses should also include the following information: Company Name; Company Address; Point of Contact; Phone number and E-mail address; business size and disadvantaged, 8(a) status; Commercial and Government Entity (CAGE) code; Data Universal Numbering System (DUNS number); Tax Identification Number; and Central Contractor Registration (CCR) status. If a change occurs in this requirement, only those offerors that respond to this announcement within the required timeframe will be provided any changes/amendments and considered for future discussions and/or award. Award will be made to the low responsive, responsible offeror based on the Total Aggregate Amount. All responsible sources may submit an offer which will be considered by the agency. All potential sources must obtain a DUNS number and register in the Central Contractor Registration (CCR) in order to transact business with the United States Coast Guard. Failure to obtain a DUNS number and register in the CCR may result in the delay of award of a contract or possible award to the next otherwise successful offeror who is registered in the CCR at the time of award. All written proposals along with the above required completed clauses/provisions must be submitted and received at this office on or before March 4, 2004 at 3:00 PM eastern time. Send all written proposals to the following address: Contracting Officer, U.S. Coast Guard Training Center, Administration Bldg Room 212A, Cape May, NJ 08204-5095, Attn: Shirley Green. Quotes may be faxed to (609) 898-6811. Please direct all technical questions regarding this procurement to TRACEN?s Facilities Engineering Supervisor, CWO Dan Reynolds at (609) 898-6409 office, (609) 780-1782 cell, or Dreynolds@tracencapemay.uscg.mil This is NOT a sealed bid advertisement, and proposals will NOT be publicly opened.
- Place of Performance
- Address: 1 Munro Avenue, Cape May, New Jersey
- Zip Code: 08204
- Country: USA
- Zip Code: 08204
- Record
- SN00514598-W 20040205/040203211537 (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 |