Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 18, 2006 FBO #1787
SOLICITATION NOTICE

J -- METAL PLATING SERVICES

Notice Date
10/16/2006
 
Notice Type
Solicitation Notice
 
NAICS
332813 — Electroplating, Plating, Polishing, Anodizing, and Coloring
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, EISD, 130J or Support Proc Building 79, 75, 78, 19 or 63, Elizabeth City, NC, 27909-5001
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-07-Q-800002
 
Response Due
10/23/2006
 
Archive Date
11/6/2006
 
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 document will not be issued. HSCG38-07-Q-800002 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-13. The applicable NAICS number is 332813 and the small business size standard is 500 employees. This is a restricted procurement. The U.S. Coast Guard intends to solicit and negotiate only with Advanced Finishing Systems, Inc, 2954 George Washington Memorial Highway, Hayes, VA, 23072-1172 on a sole source basis to acquire the following metal plating shop services on an hourly basis as required:Item 1: Black Anodizing per MIL-A-8625, 8 hours, Item 2: Chromic Anodizing per MIL-A-8625, 130 hours, Item 3: Clear Anodizing per MIL-A-8625, 19 hours, Item 4: Gold Anodizing per MIL-A-8625, 2 hours, Item 5: Gray Anodizing per MIL-A-8625, 122 hours, Item 6: Green Anodizing per MIL-A-8625, 6 hours, Item 7: Red Anodizing per MIL-A-8625, 10 hours, Item 8: Copper Plating/Copper Flash per MIL-C-14550, 6 hours, Item 9: Electroless Nickel per MIL-C-26074, 5 hours, Item 10: Nickel Plating per QQ-N-290, 12 hours, Item 11: Phosphate Coating per MIL-P-16232, 3 hours, Item 12: Zinc Plating per ASTM B633, 2 hours, Item 13: Cadmium Plating, Class 2, Type2 & Cadmium plating bright deposit. Also, matte Hydrogen free bath for parts heat treated to 39 Rochelle C scale, QQ-P416F rev., Cadmium Plate with Chromate Cadmium Flash Plate, Class 2, Type 2, 680 hours, Item 14: Black Oxide Coating: Ferrous per MIL-L-13924 / Non Ferrous per MIL-F-495, 25 hours, Item 15: Metal Stripping to remove Cadmium per MIL TT-C-490C, 6 hours, Item 16 Silver Plating Matte and Bright per QQ-S-365, 4 hours, Item 17: Application of Dry Film Lubricant Molybendium Disulfide per MIL-I-46010, 2 hours, Item 18: Rush Items to be completed within 1 to 2 hours, 20 hours, Item 19: Brush Plating: Cadmium/Anodized and Silver- 2 hours, Item 20: Alodine/Chromacoat Treatment Per MIL-C-5541, 20 hours. Item 21: Baking Services, 5 hours. The purchase order will be awarded using simplified acquisition procedures in accordance with FAR Part 13. Parts requiring plating, coating, baking or stripping service will be delivered to and picked up from the vendors facility by ARSC personnel. Routine deliveries and pick-ups will occur on Tuesday of each week with supplemental deliveries as required for urgent parts. Prior to delivery of parts to the Vendors facility, all parts requiring work are logged and tagged with an ARSC assigned sequential part #, quantity of specific parts, nomenclature and date out of ARSCs Facility. Completed parts should be returned with the same tag or a similar tag bearing the same information as the original tag to allow tracking of parts. Vendors Invoices should reflect the same information contained on the tag. Inspection and acceptance of material shall be performed by USCG Aircraft Repair & Supply Center Machine Shop Quality Assurance personnel upon return to ARSC. Work determined not to meet Quality Standards will be returned for rework at no additional cost. The following FAR Subpart 12 provisions and clauses are incorporated by reference: FAR 52.212-1 Instruction to Offerors-Commercial Items (JAN 2006). Facsimile or email quotes are acceptable. For information regarding this RFQ, contact Gary S. Woolard (252) 334-5277 or Fax: (252) 335-6227, email Gary.S.Woolard@uscg.mil or mail Gary S. Woolard, Contract Specialist, U.S. Coast Guard, ARSC, IOD Procurement Office, Bldg 78, Elizabeth City, NC 27909-5001. The Closing Date for receipt of quotes is October 23, 2006 at 3:00p.m.EDST. Quotes do not require the submission of Freight or Shipping Terms as they will not apply to this order. Quotes should be submitted on company letterhead stationary and must include the following information: Solicitation Number, Item Number and Description, Unit Price, Extended Price, Payment Terms and discount offered for prompt payment. All responsible sources may submit an offer which shall be considered. Contractors must have valid Cage Codes and DUNS Numbers and be registered with CCR. The following FAR Provisions and Clauses are incorporated: FAR 52.212-2 Evaluation-Commercial Items (JAN 1999) award will be made to the offeror proposing the best value to the Government considering technical capability, price, delivery, and past performance. Factors are listed in order of importance. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (JUN 2006). Offerors shall include a completed copy of this provision. If the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. the offeror shall complete only paragraph (j) of this provision. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (SEP 2005) with the following addenda: FAR 52.211-14 Notice of Priority Rating for National Defense Use (SEP 1990) DO-A1, FAR 52.252-1 Solicitation Provisions Incorporated by reference (FEB 1998) and FAR 52.252-2 Clauses Incorporated by reference (FEB 1998). Full text may be accessed electronically at internet address www.arnet.gov/far. Homeland Security Acquisition Regulation (HSAR) 48 CFR 3009.104-75 3052.209-70 Prohibition on contracts with corporate expatriates (JUN 2006) of which full text is available at: http://farsite.hill.af.mil/reghtml/regs/other/hsar/3009.htm; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2006)(a)(b), FAR 52.222-3 Convict Labor (JUNE 2003)(E.O. 11755), FAR 52.222-21 Prohibition off Segregated Facilities (FEB 1999), FAR 52.222-26 Equal Opportunity (APR 2002)(E.O.11246), FAR 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), FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUNE 1998)(29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Era, and Other Eligible Veterans (DEC 2001)(38 U.S.C. 4212), FAR 52.225-3 Buy American Act-Free Trade Agreement-Israeli Trade Act (APR 2006)(41 U.S.C 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, PL 108-77, 1-8-78), FAR 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, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332). FAR 52.222-41, Service Contract Act of 1965, as Amended (July 2005), flow down required for all subcontracts subject to the Service Contract Act of 1965 (41 U.S.C. 351, et seq.). FAR 52.222-42 Statement of Equivalent Rates for Federal Hires. STATEMENT OF EQUIVALENT RATES FOR FEDERAL HIRES (MAY 1989) In compliance with the Service Contract Act of 1965, as amended, and the regulations of the Secretary of Labor (29 CFR Part 4), this clause identifies the classes of service employees expected to be employed under the contract and states the wages and fringe benefits payable to each if they were employed by the contracting agency subject to the provisions of 5 U.S.C. 5341 or 5332. This Statement is for Information Only: It is not a Wage Determination Employee Class Monetary Wage,Fringe Benefits WG - 5 $15.82 per hour NOTICE FOR FILING AGENCY PROTESTS. It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external form. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe that a Coast Guard procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the Coast Guard Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth at FAR 33.103(d)(2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the equirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be forwarded to the address below: Commandant (G-CPM-S/3), 2100 2nd Street, SW, Room 2606, Washington D.C. 20593 Telephone (202) 267-2285 Fax: (202) 267-4011.
 
Place of Performance
Address: 2954 George Washington Memorial Highway, Hayes, Virginia
Zip Code: 23072-1172
Country: UNITED STATES
 
Record
SN01165832-W 20061018/061016220159 (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.