SOLICITATION NOTICE
75 -- Award Folders
- Notice Date
- 4/1/2005
- Notice Type
- Solicitation Notice
- NAICS
- 322299
— All Other Converted Paper Product Manufacturing
- Contracting Office
- DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore, MD, 21226-5000
- ZIP Code
- 21226-5000
- Solicitation Number
- HSCG40-05-B-20016
- Response Due
- 4/26/2005
- Archive Date
- 6/30/2005
- Description
- This is a combined Synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the Federal Acquisition Regulation(FAR), as supplemented with additional information included in this notice. FAR Subpart 13.5, Test Program for Certain Commercial Items will be utilized for this acquisition. The solicitation number is HSCG40-05-B-20016 and this solicitation is issued as an Invitation for Bids (IFB). This announcement constitutes the only solicitation and incorporates provisions and clauses in effect through Federal Acquisition Circular 2001-26. Bids are being requested and a written solicitation will not be issued. The Coast Guard has a requirement for the following Award Folders: 1.) NSN 7510-01-097-6004, Commandant Letter Award Folder, Estimated Qty 8100 each, 2.) NSN 7510-01-094-1485, Commandant Letter Award Folder, Estimated Qty: 4,200 each, 3.) NSN 7510-01-156-7936, Presentation Folder, Estimated Qty 24,100 each, 4.) NSN 7510-01-GG0-1102, Public Service Award Folder, Estimated Qty 450 each. All to be made in accordance with U.S. Coast Guard drawings which are provided electronically. Applicable Standard Industrial Class Code (SIC) is 2679, NAICS 322299. It is intended to award a Requirements Type contract with one (1) base year and four (4) option years. Offerors are instructed to include a completed copy of Federal Acquisition Regulation (FAR) provision 52.212-3, "Offerors Representations and Certification--Commercial Items (Jan 2005)" with their proposal. A copy of clause 52.212-3 will be provided upon request. The following FAR provisions and clauses apply to this Invitation for Bids and are incorporated by reference: FAR Provision 52.212-1, Instructions to Offerors--Commercial Items (Jan 2005). The following addenda is added to 52.212-1: (1) Paragraph (b) Bids shall include unit price (as applicable) and proposed delivery for First Article Samples (2 each) and Production Qtys (after approval of first article samples). Proposed delivery shall be in days (after receipt of a delivery order). Delivery shall be F.O.B. Destination to U.S. Coast Guard ELC, Baltimore, MD 21226, Bidders shall also include company Tax ID number and DUNS Number. Each item to be individually packaged in accordance with MIL-STD-2073-1D, Method 10. Marking shall be in accordance with MIL-STD-129 and Barcoding is required in accordance with ANSI/AIM BC1. See electronic addendum to SF 1449 for a complete description of folders, Schedule of Supplies/Pricing, and additional Packing and Marking Requirements. A copy of the SF 1449 is also included electronically. FAR Clause 52.212-4, Contract Terms and Conditions--Commercial Items (Oct 2003). The following addenda is added to FAR Clause 52.212-4: HSAR Clause 3052.247-72, FOB Destination Only is applicable and incorporated by reference. HSAR Clause 3052.209-70, Prohibition on Contracts with Corporate Expatriates (Dec 2003) is incorporated in full text and made a part of this combined synopsis/solicitation. The full text is attached as a separate electronic attachment. FAR Provision 52.212-2, Evaluation-Commercial Items (Jan 1999). The following addenda is added to FAR Clause 52.212-2: FAR Provision 52.217-5, Evaluation of Options (Jul 1990) ? Except when it is determined in accordance with FAR 17.206(b) not to be in the Government?s best interest, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirements. Evaluation of options will not obligate the Government to exercise the option(s). The execution of a contract does not constitute authority for the Contractor ship any quantity of the items for which it has received an award. Shipment will only be authorized by a formal Delivery Order issued by the U.S. Coast Guard Engineering Logistics Center (ELC), against said contract. The quantities shown are estimates of the Coat Guard ELC annual requirements and are not definitely ordered hereby. However, upon award of a contract, the Coast Guard ELC is obligated to order hereunder, such quantities as may be needed to fill its requirements for the items during the term of this contract. Except as otherwise provided for herein, the Contractor is obligated to provide all such quantities as may be required to accomplish each particular delivery order. The following FAR Clauses apply: FAR 52.216-18, Ordering (Oct 1995) is incorporated by reference with the following text fill in from paragraph (a) of the clause: (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the schedule. Such order may be issued from the award date through the contract expiration date. FAR 52.216-19, Order Limitation (Oct 1995) (a) Minimum order: When the Government requires supplies or services covered by this contract in the amount of less than $50 per Delivery Order, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order: The Contractor is not obligated to honor ? (1) Any order for a single item in excess of $75,000.00, (2) Any order for a combination of items in excess of $200,000.00, (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (1) or (2) above. (c) As this is a requirements contract (i.e. includes the Requirements clause at subsection 5.216-21 of the FAR, the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above. (d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitation in paragraph (b), unless that order(s) is returned to the office within 15 days after issuance, with written notice stating the Contractor?s intent not to ship the item(s) called for and the reasons. Upon receiving this notice, the Government may require the supplies or services from another source. FAR 52.216-21, Requirements (Oct 1995) is incorporated by reference with the following text fill in from paragraph (f) of the clause: The contract shall govern the contractor?s and the Government?s rights and obligations with respect to that order to the same extent as if the order were completed during the contract?s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after 160 days from the contract?s expiration date. FAR 52.217-9, Option to Extend the Term of the Contract (Mar 1989) (a) The Government may extend the term of this contract by written notice to the Contractor at least 60 days before the contract expires. (b) If the Government exercises this option, the extended contract shall be considered to include this option provision. (c) The total duration of this contract, including the exercise of any options under this clause, shall be five (5) years from date of award. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jan 2005) applies to this acquisition and the following FAR clauses cited in the clause are applicable to this acquisition: 52.203-6, ALT 1, Restrictions on Subcontractor Sales to the Government ; 52.219-6, Notice of Total Small Business Set Aside; 52.219-8, Utilization of Small Business Concerns; 52.219-14, Limitations on Subcontracting; 52.222-19, Child Labor ? Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.222-26, Equal Opportunity (E.O 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 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. All responsible and responsive sources are invited to express their interest and ability to provide the above described items, in writing via fax or e-mail, to Ms. Florence Harwood. Bids shall be received not later than 26 April 2005, 2:00 pm est. Bids shall include: (1) A completed copy of FAR Clause 52.212-3, (2) Unit prices for each contract line item, all corresponding option years, and First Article Samples, and (3) Contractor?s proposed delivery schedule. All responsive and responsible sources may submit a bid, which will be considered by this agency.*****
- Record
- SN00780029-W 20050403/050401211553 (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 |