Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2006 FBO #1735
MODIFICATION

54 -- METAL PALLET RACK SYSTEM FOR U.S. COAST GUARD UNIFORM DISTRIBUTION CENTER

Notice Date
8/25/2006
 
Notice Type
Modification
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Supervisor, USCG Uniform Distribution Center, 414 Madison Ave., Woodbine, NJ, 08270
 
ZIP Code
08270
 
Solicitation Number
HSCGG9-06-Q-PUD222
 
Response Due
9/6/2006
 
Archive Date
9/21/2006
 
Point of Contact
Noelle Irish, SK2 Purchasing Agent, Phone 856-217-8928, Fax 609-861-5632,
 
E-Mail Address
Noelle.E.Irish@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 Subpart 12.6, 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: HSCGG9-06-Q-PUD222 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect thru Federal Acquisition Circular 2005-12. This procurement is 100 percent set-aside for small business concerns. The North American Industry Classification System (NAICS) code is 337215, and the small business size standard is 500 employees. The government intends to award a Firm Fixed Price Order/Contract utilizing Simplified Acquisition Procedures (SAP). IMPORTANT NOTICE: FAR 52-232-33 (Payment by Electronic Funds Transfer Central Contractor Registration, May 1999) is a mandatory requirement for contractors to be registered in the CCR database. CONTRACTORS MAY REGISTER ON-LINE AT HTTP://WWW.CCR.GOV/. IT IS MANDATORY TO OBTAIN A DUNS NUMBER PRIOR TO REGISTERING. CONTRACTORS SHALL CALL DUN & BRADSTREET (1-800-333-0505) TO OBTAIN. AWARD CANNOT BE MADE UNLESS REGISTERED. The U.S. Coast Guard Uniform Distribution Center (UDC) has a requirement for metal pallet rack system replacement in our uniform warehouse located in the Dempsey Hall building at Training Center Cape May in Cape May, New Jersey. All companies interested in submitting a quote shall be required to travel to Training Center Cape May at their own expense, not to be reimbursed by the U.S. Government, to review the current warehouse to measure the location and ask questions prior to submitting a formal quote. The basic requirements for this solicitation are as follows: 1. Take down and remove from premises existing rack system 2. Erect and anchor new rack system. The replacement racking system shall match the current racking system in terms of racking height and width as well as placement in warehouse. The Contractor shall be responsible for repairing any holes and or damage to walls, flooring, ceiling, warehouse and premises when removing current racking system and installing new racking system. Quotes shall include gauge of metal to be used as well as manufacturer. The shelving shall adhere to the New Jersey Fire Sprinkler Code. This code indicates that 50 percent of the deck surface must be open for water flow. In addition, the shelving shall meet International Fire Code Section 2308.2.2, Racks with solid shelving, Exceptions: Racks with mesh, grated, slatted or similar shelves having uniform openings not more than 6 inches (152mm) apart, comprising at least 50 percent of overall shelf area, and with approved flue spaces, are allowed to be treated as racks without solid shelves. Quote must indicate type of shelving to be used as well as either photo or drawing of said shelving. Each shelf must be able to support 4000 pounds and must be height adjustable. The Contractor is responsible to comply with all applicable OSHA safety standards. PERMITTED WORKING HOURS: The Contractor will be permitted to perform work from 8:00 AM to 4:00 PM Mondays through Fridays, excluding Saturdays, Sundays and Federal Holidays, (and Fridays between the hours of 10:30 AM to 1:30 PM during graduation ceremonies). WORKING CONDITIONS: Work on this contract shall be performed while the unit is in full operational status. BARRICADES: Any stored debris, equipment and all areas dangerous to foot or vehicular traffic shall be barricaded by the Contractor. At night and during other times of poor visibility, barricades shall be illuminated. All barricading, including night illumination shall be maintained by the Contractor. All barricades shall be constructed in accordance with ANSI D6-1. PEDESTRIAN TRAFFIC: The Contractor shall arrange his equipment and/or progression of work, so as not to interfere with the normal flow of pedestrian traffic. Where interference is unavoidable, the contractor shall provide a marked, safe and clean route around the obstruction. ELECTRICAL: The Contractor may utilize electrical power from the nearest electrical (receptacle) (substation), subject to availability. OSHA requirements will govern the use of such utility. All equipment used shall be supplied by the Contractor. The U.S. Coast Guard does not make any guarantee against any voltage variation or service interruption. WATER: Water will be made available at the nearest exterior hose bib. The contractor will be responsible for supplying all hose and adapters including a backflow preventer. SANITARY FACILITIES: The contractor shall be responsible for furnishing and maintaining temporary toilet facilities for their employees. EQUIPMENT: The contractor shall supply all equipment necessary to perform all work including but not limited to, (pumps), (cleaning materials), (ladders), etc. RECEIPT OF MATERIALS: Shipments of equipment, materials, and supplies shall be addressed to the Contractor ? not the Coast Guard. The contractor shall provide all equipment, materials and labor for off-loading. The Coast Guard will not accept shipments for the Contractor. OFFICE AND STORAGE SHED: The contractor shall provide his own office and storage shed or trailer. No equipment or material storage will be provided by the Coast Guard. POWER OUTAGE: Needed power outages shall be arranged only with prior approval from Contracting Officer, with duration and affected areas held to a minimum. SPECIAL WORKING CONDITIONS: Contractor?s personnel shall wear outer garments consisting of a least a tee shirt, long trouser, (down to the ankles), and shoes at all times while at the job site. They shall not communicate with recruits or the instructors. SITE VISIT: Offerers or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. PREVENTIVE MAINTENANCE PROGRAM: The Contractor shall instruct Coast Guard personnel in the proper operation and maintenance of all completed systems. This shall include a demonstration of the systems, supply of technical manuals including a recommended preventative maintenance schedule, and a list of essential spare parts. FINAL INSPECTION: Final inspection will not be made until all work under the contract is completed. The contractor shall notify the Contracting Officer, in writing 48 hours prior to the date on which the project will be ready for final inspection. DUMPING AREA: All discarded material shall be removed from the Coast Guard property and disposed of at an approved site complying with Local, State, and Federal regulations. The contractor shall obtain local regulations from the Cape May County Municipal Utilities Authority (CMCMUA) at US Hwy 9, Cape May Court House. The phone number for CMCMUA is (609) 465-9026. No trash (Type 10) or construction debris (Type 13) shall contain more than 5% by volume of designated recycles. All dumpsters/containers shall be supplied by the Contractor. The Contractor shall provide appropriate signs or covers to prevent use by Coast Guard personnel (or local residents). Burning of any materials will not be permitted on Government property. No material shall be washed or swept out of equipment or vehicles (including concrete from chutes of trucks, loose debris, etc.) onto government property. Any material spilled from cleaning vehicle operations onto contractor furnished dumpsters/containers shall be immediately cleaned up by the contractor. RECYCLABLES: Recycling is mandatory law of the State of New Jersey. The contractor shall recycle or reuse all material designated as recyclable or prohibited from landfilling. Definitions for recyclables and landfill prohibited material can be obtained from the CMCMUA regulations. Certified weight tickets shall be supplied to the Contracting Officer within 15 days of the date of removal from the facility for all material recycled, reused, or landfill prohibited material. The Contracting Officer shall complete Coast Guard form CG-5598, Report of Abandonment/Destruction Personal Property for current metal racking system that is to be removed and replaced by the contractor. THE SERVICE CONTRACT ACT (FAR 22.10) APPLIES TO THIS SOLICITATION. This statute requires contractors or subcontractors with federal service contracts to pay their employees engaged in service work no less than the minimum monetary wage and fringe benefits determined by the Secretary of Labor. Quote to include the total number of days to complete job. REQUEST ALL PRICING BE QUOTED AS FOB DESTINATION. The Buy American Act shall apply to this solicitation. Subpart 25.1-Buy American Act Supplies, 25.101 General: ?(a) The Buy American Act restricts the purchase of supplies that are not domestic end products. For manufactured end products, the Buy American Act uses a two-part test to define a domestic end product. (1) The article must be manufactured in the United States; and (2) The cost of domestic components must exceed 50 percent of the cost of all the components.? The following FAR provisions and clauses apply to this solicitation: FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998). The following provisions and clause are incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items (Jan 2004), FAR 52.204-7 Central Contractor Registration (Oct 2003), FAR 52.204-8 Annual Representations and Certifications (Jan 2005), FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2003), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (June 2004), FAR 52.219-6 Notice of Total Small Business Set-Aside (June 2003), FAR 52.222-3 Convict Labor (June 2003), FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (June 2004), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26 Equal Opportunity (Apr 2002), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), FAR 52.222-36 Affirmative Action for Workers with Disabilities (June 1998), FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001), FAR 52.225-1 Buy American Act-Supplies (June 2003), FAR 52.225-13 Restrictions on Certain Foreign Purchases (Dec 2003), FAR 52.232-1 Payments (Apr 1984), FAR 52.232-25 Prompt Payment (Oct 2003), FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003), FAR 52.233-1 Disputes (Alternate 1)(Dec 1991), FAR 52.233-3 Protest After Award (Aug 1996), FAR 52.233-4 Applicable Law for Breach of Contract Claim (Oct 2004), FAR 52.243-1 Changes-Fixed Price (Aug 1987), FAR 52.247-34 F.o.b. Destination (Nov 1991), FAR 52.249-1 Termination for Convenience of the Government (Fixed- Price)(Short Form)(Apr 1984), FAR 52.249-8 Default (Fixed Price Supply and Service )(Apr 1984)The full text of the FAR can be accessed on the Internet at the following: http://www.arnet.gov/far/. 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 Online Representations and Certifications Application (ORCA) has become mandatory as of January 1, 2005. ORCA is available through the Business Partner Network (BPN) at http://www.bpn.gov/. Contractors will use ORCA to electronically submit annual Representations and Certifications (Reps & Certs). Contractors will no longer be 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). Offerors responding to this announcement must include their Dun and Bradstreet (DUNS) number. If Contractors have already uploaded their annual Reps & Certs, please submit a statement with your quotation certifying that the Reps & Certs in ORCA are accurate for this solicitation, or provide the information required in required in FAR 52.212-3 (b) thru (j). 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. The government will award an order resulting from this solicitation to the responsible offeror whose offer is most advantageous to the government. The government will evaluate each quotation based on quality, price and delivery. THE DUE DATE FOR THIS SOLICITATION HAS BEEN EXTENDED DUE TO THE DISCOVERY OF SOME EMAILS BEING BLOCKED FOR RECEIPT DUE TO COMPUTER VIRUS. ALL WRITTEN QUOTATIONS MUST BE SUBMITTED AND RECEIVED AT THIS OFFICE ON OR BEFORE SEPTEMBER 06,2006 AT 2:00 PM EASTERN STANDARD TIME. DUE TO EMAIL SYSTEMS PROBLEM DURING INITIAL POSTING OF THIS SOLICITATION THAT ARE ON GOING, ALL INTERESTED OFFERORS MUST SUBMIT OR RESUBMIT A WRITTEN QUOTATION VIA FAX OR MAIL ONLY. ANY INQUIRIES THAT WERE SENT VIA EMAIL DURING THIE INITIAL POSTING OF THIS SOLICITATION MUST BE RESUBMITTED VIA PHONE BY CONTACTING SK2 NOELLE IRISH AT (856) 217-8928. ANY INQUIRIES AND OR QUOTES SENT TO NOELLE.E.IRISH@USCG.MIL WILL NOT BE ACCEPTED. QUOTATIONS MAY BE SENT EITHER VIA FAX TO (609) 861-5632, ATTN: SK2 NOELLE IRISH OR MY MAIL TO SK2 NOELLE IRISH, U.S. COAST GUARD UNIFORM DISTRIBUTION CENTER, 414 MADISON AVE., WOODBINE, N.J. 08270. All quotations must include the following information: Company Name; Company Address; Point of Contact; Phone number and E-mail address; business size; Commercial and Government Entity (CAGE) code; Data Universal Numbering System (DUNS number); Tax Identification Number; and Central Contractor Registration (CCR) status (active / inactive). Please direct all questions regarding this solicitation to SK2 Noelle Irish at (856) 217-8928. This is NOT a sealed bid advertisement, and quotations will NOT be publicly opened. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (25-AUG-2006); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/USCG/USCGUDC/HSCGG9-06-Q-PUD222/listing.html)
 
Place of Performance
Address: U.S. Coast Guard/Uniform Distribution Center 414 Madison Ave. Woodbine, NJ
Zip Code: 08270
Country: UNITED STATES
 
Record
SN01126796-F 20060827/060825230530 (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.