Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 16, 2007 FBO #2211
SOLICITATION NOTICE

20 -- Insulation Boards

Notice Date
12/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
326140 — Polystyrene Foam Product 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
HSCG40-08-Q-50039
 
Response Due
1/7/2008
 
Archive Date
1/22/2008
 
Point of Contact
Sharon Johnson, Contract Specialist, Phone 410-762-6465, Fax 410-762-6056, - Nancy Dean, Contracting Officer, Phone 410-762-6461, Fax 410-762-6056
 
E-Mail Address
sjohnson@elcbalt.uscg.mil, Nancy.M.Dean@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: HSCG40-08-Q-50039 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect thru Federal Acquisition Circular 05-20. The North American Industry Classification System (NAICS) code is 326140, and the small business size standard is 500 employees. The U.S. Coast Guard has a requirement to purchase various insulation boards. Items and quantities are as follows: 1. 5640-01-LG9-0558 Insulation Board, 2? thk X 24? X 48? long, 2? TA-301-PFG with foil insert, polymide foam, sound controlling, perforated fibrous glass facing, P/N 2? TA-301-CF w/foil insert or equal, 168 Each; 2. 5640-01-LG9-0557 Insulation Board, 2-5/8? thk X 24? X 48? long, 2-5/8?? TA-301with double foil insert, polymide foam, raw face P/N 2-5/8? TA-301W/Double foil insert or equal, 320 Each; 3. 5640-01-LG9-0556 Insulation Board, 3? thk X 24? X 48? long, 3? TA-301-PFG, polymide foam, sound controlling, perforated fibrous glass facing, P/N 3? TA-301 w/foil insert or equal, 752 Each, 4. 5640-01-LG9-0555 Insulation Board, 3? thk X 24? X 48? long, 3? TA-301-PFG with foil insert, polymide foam, raw face, P/N 3? TA-301 w/foil insert or equal, 360 each; 5. 5640-01-LG9-0562 Insulation Board, 1? thk X 24? X 48? long, 1? TA-301-RM with foil insert, polymide foam, fibrous glass cloth and mylar facing, P/N 1? TA-301-RM w/foil insert or equal, 440 Each; 6. 5640-01-LG9-0813 Insulation Board, 1? thk X 24? X 48? long, 1? TA-301-VBD with aluminum finish, P/N 2? TA-301-VBD or equal, 299 Each; 7. 5640-01-LG9-1102 Insulation Board, 1? thk X 24? X 48? long, TA-301-RM without foil inset, polymide foam, fibrous glass cloth and mylar facing, P/N TA-301-RM without foil insert or equal, 80 Each; 8. 5640-01-LG9-1103 Insulation Board, 3? thk X 24? X 48? long, TA-301-VBD with foil insert, polymide foam, fibrous glass cloth and mylar facing, P/N TA-301-VBD w/foil insert or equal, 76 Each; 9. 5640-01-LG9-0559 Insulation Board, 2? thk X 24? X 48? long, 2? TA-301-CF with foil insert, polymide foam, fibrous glass facing., P/N 2? TA-301-CF with foil insert or equal, 220 Each; 10. 5640-01-LG9-0560 Insulation Board, 2? thk X 24? X 48? long, 2? TA-301-RM, polymide foam, fibrous glass cloth and mylar facing, P/N 2? TA-301-RM or equal, 216 Each; 11. 5640-01-LG9-0561 Insulation Board, 2? thk X 24? X 48? long, 2? TA-301, polymide foam, raw face, P/N 2? TA-301 or equal, 36 Each ; Delivery will be as follows: a) 60 calendar days after contract award. Each item shall be individually packaged. Standard commercial package is acceptable; defined as the ay items are packaged, sold and shipped over the commercial counter. Items shall provide protection for multiple handling, shipment by any mode and storage periods for up to 1 year in enclosed facility. All items shall be individually marked in clear printed lettering with the following: nomenclature, stock number, part number, cage code and contract number. Insulation boards will be shipped to U.S. Coast Guard ELC, Receiving Room, Bldg. #88, 2401 Hawkins Point Road, Baltimore, MD 21226. The Coast Guard 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, Oct 2003) 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 Contractor may request a waiver. REQUEST ALL PRICING TO BE QUOTED AS FOB DESTINATION. All items will be delivered to the following address: Commanding Officer, Receiving Room-Bldg. #88, U.S. Coast Guard ELC, 2401 Hawkins Point Road, Baltimore, MD 21226. The shipping terms will be FOB Destination. 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 (Sep 2006), FAR 52.204-7 Central Contractor Registration (Jul 2006), FAR 52.204-8 Annual Representations and Certifications (Jan 2006), FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007), FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Sep 2007), FAR 52.219-6 Notice of Total Small Business Set-Aside (June 2003), FAR 52.222-3 Convict Labor (Jun 2003), FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Aug 2007), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26 Equal Opportunity (Mar 2007), FAR 52.222-35 Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006), FAR 52.222-36 Affirmative Action for Workers with Disabilities (June 1998), FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Sep 2006), FAR 52.225-1 Buy American Act-Supplies (June 2003), FAR 52.225-13 Restrictions on Certain Foreign Purchases Feb 2006), 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)(May 2004), 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 following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. The government will award an order to the responsible Offeror whose offer conforms to this solicitation and will be most advantageous to the government in terms of best price. All responsible sources may submit an offer which will be considered by the agency. A copy of Section B will be provided for solicitation conformity. All written quotations must be submitted and received at this office on or before January 7, 2008, at 4:00 PM eastern time. Quotations may be sent via fax to (410) 762-6056, Attn: Sharon D. Johnson. Written quotations may also be sent to the following address: Commanding Officer, U.S. Coast Guard ELC, 2401 Hawkins Point Road, Baltimore, MD 21226. 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 Sharon D. Johnson at (410) 762-6465. This is NOT a sealed bid advertisement, and quotations will NOT be publicly opened. See Numbered note 1.
 
Record
SN01470158-W 20071216/071214223441 (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.