Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 09, 2007 FBO #1870
SOLICITATION NOTICE

71 -- BERTH, CREW

Notice Date
1/7/2007
 
Notice Type
Solicitation Notice
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG40-07-Q-40660
 
Response Due
1/16/2007
 
Archive Date
1/31/2007
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial purchase prepared in accordance with the format in subpart 12.6 of the Federal Acquisition Regulations (FAR) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is HSCG40-07-Q-40660. This combined synopsis constitutes a solicitation and incorporates provisions and clauses are those in effect through Federal Acquisition Circular 2005-17, effective 22 November 2006. Those interested in submitting a quotation shall request drawings from Ron Almond @ 410-762-6451 or via email (ronald.almond@uscg.mil). This procurement is set aside for small business. The NAICS code for this solicitation is 337215 and the small business size standard is 500. The USCG Engineering Logistics Center has a requirement for the following items: ACN 2090 01 LG8 8198, Berth, Crew, 3 High, Single Unit with Locker underneath, Aluminum. Unit shall be constructed in accordance with (IAW) Coast Guard Drawing No. FL 3306-31 Rev. B dated 5/26/97. Complete with Lee Rails (provided unattached so berth can be used as Right or Left Hand), Privacy Screens for both ends and back, Bunk Light Fluorescent, Type NSN 6230-00-578-7548 or equal. Unit shall be complete with all components except Stanchion System, upper and lower deck clips and Stanchion hardware. Finish to be Baked Coated, Color No. 23617 Tan I.A.W Fed. Std. 595B. Powder Coating I.A.W. MIL-PRF-24712A Type I, II, Class 1 is acceptable. NOTE: Stanchion System will be provided under 2090-01-LG8-8245. Packaging specifications: Each line item must be individually packaged in its own fiberboard shipping container. (The shipping container shall be I.A.W. Fed. Spec. PPP-B-636 Type CF, class meeting the weight limitations of Table I. Normal requirements.) The complete line item shall fit the container or be fitted with sufficient blocking to prevent shifting during shipping and handling. All components that make up this line item, including mounting hardware must be placed in the container and secured in such a manner that pieces do not become separated. In the event a single line item will not physically fit into one container, additional shipping containers (meeting requirements stated above) shall be used. Preservation: (For finished furniture only). The only preservation that should be required would be as needed to protect any finished surface from scratches or damage resulting from contact with internal blocking or bracing or any or any thing inside the shipping container. Markings: Each box shall be marked with: Item name, stock number, mfg. part no., cage, contract no. and date in printed black block letters min. 1" high. Pricing shall be quoted F.O.B. Destination. Delivery to USCG Engineering Logistics Center, 2401 Hawkins Point Road, Bldg. 88, Receiving Room, Baltimore, MD 21226. All deliveries must be no later than 30 days after award. 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 may be submitted on company letterhead stationary and must include the following: (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 Duns & Bradstreet (DUNS) number; (5) Contractors full name, address, and telephone number. Contractors shall use ORCA to electronically submit Representations and Certifications (Reps & Certs). ORCA is available through the Business Partner Network (BPN) at http://www.bpn.gov. 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). All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Proposals are to be evaluated and awarded on the following evaluation factors: Best value basis, price, and delivery schedule, conformance to the technical requirements and past performance. A determination of technical acceptability shall be based on the information provided in accordance with the requirements of Addendum to FAR 52.212-1(b), Submission of Offers. Any proposal not providing or meeting the requirements evidencing conformance to the solicitation requirements, shall be determined unacceptable and will not be considered for award. Price evaluation will be performed by the Contracting Officer to determine the reasonableness of each proposed price and to determine the Offerors understanding of the work and ability to perform the contract. Past Performance may be evaluated using the reference provided in the offerors proposal. Firms lacking a record of relevant past performance history, or for whom information on past performance is not available, shall receive a neutral evaluation. The Government reserves the right to make an award without discussions. This requirement will be awarded on an all or none basis. 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 52.204-7, Central Contractor Registration (JUL 2006); FAR 52.212-1 Instructions to Offerors-Commercial Items (Sept 2006). 52.212-2 Evaluation-Commercial Items-Pricing and past performance are evaluation factors (Jan 1999). FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2006) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Sept 2005). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Nov 2006). The following clauses listed in 52.212-5 are incorporated: 52.219-6 Notice of Small Business Set-aside (JUN 2003), 52.219-8, Utilization of Small Business Concerns (May 2004)(15U.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 (Sept 2006) (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 (Sept 2006)(38 U.S.C. 4212). 52.225-1, Buy American Act/Supplies (April 2006)(41 U.S.C. 10a-10d); 52.225-13,Restrictions on Certain Foreign Purchases (April 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 (July 2006)(21 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: 3052.209-70 Prohibition on contracts with corporate expatriates. (June 2006) Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. See numbered note 1.
 
Record
SN01207002-W 20070109/070107220431 (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.