Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2006 FBO #1656
SOLICITATION NOTICE

95 -- LEAD BALLAST

Notice Date
6/7/2006
 
Notice Type
Solicitation Notice
 
NAICS
331491 — Nonferrous Metal (except Copper and Aluminum) Rolling, Drawing, and Extruding
 
Contracting Office
Department of Homeland Security, 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
HSCG40-06-Q-40388
 
Response Due
6/16/2006
 
Archive Date
7/1/2006
 
Description
This is a combined synopsis/solicitation for commercial item(s) prepared in accordance with the format in subpart 12.6 of the FAR, FAC 2005-09, effective 5/19/06 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. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The NAICS code for this solicitation is 331491 and the small business size standard is 500 employees. The U. S. Coast Guard, Engineering Logistics Center, has a requirement for the following. Ballast, Lead, triangular shaped, weight to be between 20 to 25 lbs. each, triangular size to be 2.75 inch x 3 inch x 3 inch x 14 inch long, pieces will be able to interlock with a minimum of unused space. Quantity: 57,800 lbs. It is intended to award a firm-fixed price purchase order. Delivery shall be made F.o.b. Destination to Commanding Officer, USCGC RUSH (WHEC 723), 400 Sand Island Parkway, Honolulu, HI 96819 on or before 25 July 2005. Concerns that respond to this notice must fully demonstrate the capability to accomplish the above and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirements. Proposals submitted in response to this solicitation must include: (1) item name, stock number, part number, and unit/total prices; (2) proposed delivery after receipt of order in calendar days; (3) verification that each item shall be individually preserved, packaged, marked, and shipped in accordance with best commercial practices; (4) taxpayer identification and Dun & Bradstreet (DUNS) number; (5) Contractors full name, address, and telephone number. In accordance with FAR Case 2002-24, Federal Acquisition Circular (FAC) 2001-26, and FAR Subpart 4.12 - Annual Representations and Certifications, the use of ORCA became mandatory as of January 1, 2005. ORCA is available through the Business Partner Network (BPN) at http://www.bpn.gov. Contractors shall use ORCA to electronically submit annual Representations and Certifications (Reps & Certs). Contractors are no longer required to submit hard copies of their Reps & Certs with each proposal. For contractors to be able to upload their Reps & Certs to ORCA, they must have an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN). The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (JAN 2006). 52.212-2 Evaluation-Commercial Items-Pricing consideration and past performance are evaluation factors -(JAN 1999). FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (March 2005) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (SEP 2005). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (APR 2006). The following clauses listed in 52.212-5 are incorporated: 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C.637(d)(2)and(3); 52.222-3 Convict labor (June 2003) (E.O. 11755); 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Jan 2006) (EO 11755); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Apr 2002)(E.O. 11246); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Dec 2001 (38 U.S.C. 4212) 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793).52.222-37, Employment Reports on Special Disabled Veterans,Veterans of the Vietnam Era and other Eligible Veterans(DEC 2001)(38 U.S.C. 4212). 52.225-1, Buy American Act--Supplies(APR 2006)(41 U.S.C. 10a-10d); 52.225-13,Restrictions on Certain Foreign Purchases (FEB 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts With Corporate Expatriates (Dec 2003). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.
 
Record
SN01063997-W 20060609/060607220918 (fbodaily.com)
 
Source
FedBizOpps 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.