SOLICITATION NOTICE
20 -- NEWPORT, RI - MARINE CAMELS
- Notice Date
- 12/28/2007
- Notice Type
- Solicitation Notice
- NAICS
- 325211
— Plastics Material and Resin Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Civil Engineering Unit Providence, 300 Metro Center Boulevard, Warwick, RI, 02886, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- HSCGG1-08-Q-3WK047
- Response Due
- 1/16/2008
- Archive Date
- 4/18/2008
- Point of Contact
- Daniel Walker, Contract Specialist, Phone (401)736-1764, Fax (401)736-1704, - Gerald Fortin, Contracting Officer, Phone (508)968-6499, Fax (508)968-6640
- E-Mail Address
-
Daniel.B.Walker@uscg.mil, Gerald.J.Fortin@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 Federal Acquisition Regulation (FAR), Subpart 12.6, 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. Solicitation number HSCGG1-08-Q-3WK047 is issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-22. This action is a total set aside for small business. The associated North American Industry Classification System (NAICS) code is 325211 and the small business size standard is 750 employees. The Coast Guard Civil Engineering Unit Providence has a requirement to procure new floating marine camels for three Coast Guard Cutters located on Pier 2 at the Naval Station, Newport Rhode Island. The contractor shall provide price quotes and technical data sheets for the following: COMPOSITE MARINE CAMELS 6 EA Unit Price: $_______________ Total Price $_______________. Quotes shall include the estimated time for delivery. The camels shall be Seaward composite marine camel or approved equal, forty-five (45) feet long and four (4) feet wide. The camels shall resist a compression force generated by a two thousand (2000) ton vessel with a lateral speed up to two (2) knots, shall be composed of a low maintenance and long lasting marine composite material or equal with a fifteen (15) to twenty (20) year service expectancy. The shape should be rectangular with at least four (4) inches of freeboard once installed. The product shall be abrasion resistant, UV resistant, black, manufactured from recycled plastic, completely resistant to marine borers and specifically made to be used in the marine environment. The marine timbers may be reinforced with fiberglass or other non-corrosive elements. Shipping terms shall be FOB destination. The contractor shall contact and confirm the delivery with the Contracting Officer a minimum of ten (10) calendar days prior to delivery of the camels. Delivery and acceptance will be made at: USCG WLM/WLB MAT, Naval Station Newport, Pier 2, BLDG. 68, Newport, RI 02841 and take place between the hours of 0730 and 1500. The provision at 52.212-1, Instructions to Offerors-Commercial Items, applies to this acquisition. The following addenda are added to FAR 52.212-1 (1) Paragraph (b), Offeror shall include unit price and proposed delivery for item (after receipt of a contract). The provision at 52.212-2, Evaluation-Commercial Items, applies to this acquisition. The following text is added to Paragraph (a) of the clause: (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Technical capability of the item offered to meet the Government requirement - The offeror shall furnish sufficient technical literature, documentation, etc. in order for the Government to make an adequate technical assessment of the quote. (2) Delivery -The proposed delivery time in days (after receipt of contract) will be evaluated on the offerors ability to expedite delivery. (3) Price. Note: All evaluation factors other than cost or price, when combined, are approximately equal to cost or price. The provision at 52.212-3 Alt. I, Offeror Representations and Certifications-Commercial Items applies to this solicitation. The contractor shall return a completed copy of these provisions with its offer. A copy of the provision can be obtained from http://www.arnet.gov/far/index.html. The clause at 52.212-4, Contract Terms and Conditions-Commercial Items applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. The Contractor shall comply with the FAR clauses in paragraph (b) of 52.212-5 that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.219-6, Notice of Total Small Business Set-Aside (June 2003), 52.219-28, Post Award Small Business Program Representation (June 2007), 52.222-3, Convict Labor (June 2003), 52.222-19, Child Labor?Cooperation with Authorities and Remedies (Aug 2007), 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Mar 2007), 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998), 52.222-50, Combating Trafficking in Persons (Aug 2007), 52.225-1, Buy American Act?Supplies (June 2003), 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). The following additional clauses apply: 52.211-6 Brand Name or Equal. The following Homeland Security Acquisition Regulations (HSAR) (48 CFR Chapter 30) Clause is incorporated by reference: 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov/xlibrary/assets/opnbiz/cpo-acquisition-regulation-0606.pdf. The Defense Priorities and Allocations System (DPAS) and assigned rating are not applicable. There are no applicable Numbered Notes. Quotations are due January 16, 2007 at 4:00 PM EST, mailed to USCG CEU Providence, Attention: Daniel Walker, 300 Metro Center Blvd., Warwick, RI 02886. Faxed or emailed quotes are acceptable. The Government Point of Contact is Mr. Daniel Walker who may be reached by email at daniel.b.walker@uscg.mil, by phone at 401-736-1764 or by fax at 401-736-1704. Any amendments to this solicitation will be published in the same manner as the initial synopsis and solicitation.
- Place of Performance
- Address: USCG WLM/WLB MAT/NAVAL AIR STATION NEWPORT/PIER 2, BLDG 68, NEWPORT, RI
- Zip Code: 02841
- Country: UNITED STATES
- Zip Code: 02841
- Record
- SN01477021-W 20071230/071228223240 (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 |