Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2008 FBO #2313
MODIFICATION

71 -- MEP Project Berthing Furniture

Notice Date
3/25/2008
 
Notice Type
Modification
 
NAICS
337127 — Institutional Furniture 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
21226-5000
 
Solicitation Number
HSCG40-08-R-40028
 
Response Due
4/1/2008
 
Archive Date
4/16/2008
 
Point of Contact
Stefanie Schmitz, Contract Specialist, Phone 410-762-6445, Fax 410-762-6008
 
E-Mail Address
Stefanie.W.Schmitz@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 1 - Clarification on CLIN 0003, S/N 2090 01-LG8-8245, one complete shipset for 270 FT Cutter is 112 each stanchions. Solicitation closing date is moved to 3/28/08, 2pm eastern. All other terms and conditions remain the same. (i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. (ii) Solicitation number HSCG40-08-R-40028 applies, and is issued as a Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23. (iv) This procurement is set aside for small business. The North American Industry Classification System (NAICS) code is 337127 and the business size standard is 500 employees. U.S. Coast Guard Engineering Logistics Center intends to award a Firm Fixed Price Contract. (v) ITEM 0001, ACN 2090-01-LG8-8191, Berth, crew, 3 high, single unit with locker under, aluminum, unit shall be constructed I.A.W. CG Drawing FL 3306-31 REV. B DTD 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. Unit shall be complete with all components except stanchion systems, upper and lower deck clips and stanchion hardware. Finish to be baked enamel, 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. Quantity: 7 EA, DESIRED DELIVERY DATE 8/1/08; ITEM 002, ACN 2090-01-LG8-8198, Berth, crew, 3 high, single unit with locker under, aluminum, unit shall be constructed I.A.W.CG Drawing FL-3306-31 REV. B DTD 5/26/97. Complete with lee rails (provided unattached so bunk can be used as right or left hand), Privacy screens for both ends, unit shall be complete with all components except stanchion system, upper and lower deck clips and stanchion hardware. Finish to be backed enamel, Color NO. 23617 I.A.W. FED STD. 595B. Powder coating IAW MIL-PRF-24712A TYPEI, II, CLASS 1 is acceptable. Note: stanchion system will be provided under 2090-01-LG8-8245. Quantity 21 EA, DESIRED DELIVERY DATE 8/1/08; ITEM 0003, ACN 2090-01-LG8-8245, Stanchion set, berthing, crews, one complete ship set (112 each stanchions) for 270 vessel, complete with upper and lower deck clips and all associated hardware and fasteners to install 28 crew berths. Stanchions shall be 1" X 3" 109" LG. Steel tubing I.A.W.CG Drawing FL-3306-31 REV. B. DTD 5/26/97. Finish to be baked enamel color No. 23617 Tan I.A.W. FED. STD 595B. Powder coating IAW MIL-PRF-24712A Type I, II, CLASS 1 is acceptable. Note: Stanchion set to install berth being procured under 2090-01-LG8-8191 & 2090-01-LG8-8198. Quantity 1 EA, DESIRED DELIVERY DATE 8/1/08; ITEM 0004, ACN 2090-01-LG8-8200, Locker, clothing, 18" wide. Left hand door, aluminum, less sub-base, constructed IAW Coast Guard Drawing FL-3306-29 TYPE B. Finish to be baked enamel, color to be IAW FED. STD. 595B Color No. 23617. Powder Coating IAW MIL-PRF-24712A TYPE I, II, CLASS 1 is acceptable. Quantity 28 EA, DESIRED DELIVERY DATE 8/1/08; ITEM 0005, ACN 2090 01-LG8-8203, Locker, clothing, 18" wide, right hand door, aluminum, less sub-base, constructed I.A.W. Coast Guard Drawing FL-3306-29 TYPE B. Finish to be baked enamel, color to be I.A.W FED. STD. 595B Color NO.23617 Tan. Powder coating IAW MIL-PRF-24712A TYPE I, II, CLASS 1 is acceptable. Quantity 56 EA, DESIRED DELIVERY DATE 8/1/08; ITEM 0006, ACN 2090-01-LG8-8202, Sub-base, 4" deep, for 18" wide clothing locker, single, 300 SERIES SST. Constructed I.A.W. Coast Guard Drawing FL-3306-29.Quantity 12 EA, DESIRED DELIVERY DATE 8/1/08; ITEM 0007, ACN 2090-01-LG8-8256, Sub-base, 4" deep, locker, double, unit to accommodate 2 EA. 18" Lockers. 300 SERIES SST, Constructed I.A.W. Coast Guard Drawing FL-3306-29. Quantity 10 EA, DESIRED DELIVERY DATE 8/1/08; ITEM 0008, ACN 2090-01-LG8-8257, Sub-base, 4" deep, locker, quadruple, unit to accommodate 4 EA. 18" Lockers. 300 SERIES SST. Constructed I.A.W Coast Guard Drawing FL-3306-29.Quantity: 14 EA, DESIRED DELIVERY DATE 8/1/08; ITEM 0009, ACN 2090-01-LG8-8635, Bookcase, open, 60" W. X 72" H., Aluminum, paint to be FED. STD. 595 A # 23617 Beige, powder coated, constructed I.A.W. USCG DWG. 901-WMEC-640-002, SHT. 16.Quantity 1 EA, DESIRED DELIVERY DATE 8/1/08; ITEM 0010, ACN 2090-01-LG8-8636, Secretary, 48" wide, aluminum, drop leaf to have plastic laminate top, unit to be constructed I.A.W.USCG DWG. 901-WMEC-640-002, SHT. 62. Unit is furnished with a Sub-Base, Paint to be FED. STD. 595 A# 23617 beige, Powder Coated. Quantity 4 EA, DESIRED DELIVERY DATE 8/1/08; ITEM 0011, ACN 2090-01-LG8-8639, Table, crews mess, 48" DIA., Aluminum, Type D, to be constructed I.A.W. USCG DWG. FL-3306-25, SHT. 57, Paint to be FED. STD. 595 A# 23617 Beige, powder coated IAW MIL- PRF-24712A TYPE I, II, CLASS 1 is acceptable. Quantity 2 EA, DESIRED DELIVERY DATE 8/1/08; ITEM 0012, ACN 2090-01-LG8-8640, Table, end, lounge, aluminum, Type B, to be constructed I.A.W. USCG Fleet DWG. FL-3306-25, SHT. 32, Except size to be 30" X 18" X 24" H, Paint to be FED. STD. 595 A# 23617 Beige, powder coated IAW MIL-PRF-24712A TYPEI, II, CLASS 1 is acceptable. Quantity 1 EA, DESIRED DELIVERY DATE 8/1/08; ITEM 0013, ACN 2090 01-LG8-8641, Table, end, lounge, aluminum, Type C, to be constructed I.A.W. USCG Fleet DWG. FL-3306-25, SHT. 32, Paint to be FED. STD. 595 A# 23617 Beige, powder coated IAW MIL-PRF-24712A TYPE I, II, CLASS 1 is acceptable. Quantity 1 EA, DESIRED DELIVERY DATE 8/1/08; ITEM 0014, ACN 2090-01-LG8-8642, Table, low aluminum, TYPE B, to be constructed I.A.W. USCG Fleet DWG. FL-3306-25, SHT. 8, Except size to be 36" X 24" X 18" H, Paint to be FED. STD. 595 A# 23617 Beige, powder coated IAW MIL PRF-24712A TYPE I,II, CLASS 1 is acceptable. Quantity 3 EA, DESIRED DELIVERY DATE 8/1/08; ITEM 0015, ACN 2090 01-LG9-2541, Bookcase, 30" W. X 72" H, Open, with 5 adjustable shelves with battens, fabricate I.A.W. CG, DWG.#905-WMEC-640-002, SHEET 14. Quantity 1 EA, DESIRED DELIVERY DATE 8/1/08; ITEM 0016, ACN 2090 01-LG9-2542, Bookcase, 42" W. X 72"H, Open, with 5 adjustable shelves with battens, fabricate I.A.W. C.G. DWG.#905-WMEC-640-002, SHEET 14. Quantity 1 EA, DESIRED DELIVERY DATE 8/1/08; Failure to follow the packaging instructions may result in your company being charged money by the USCG to cover the costs of repackaging the items purchased in this purchase order. Your company may also be charged shipping costs to cover the cost of returning the material to your company for repackaging. Please pay close attention to the desired delivery dates for each item. If you can not meet the delivery date please provide new dates. (vi) CONTRACTOR SHALL CONFORM TO THE FOLLOWIING PACKAGAGING, PRESERVATION AND MARKING INSTRUCTIONS. PACKAGING: Each Line Item must be individually packaged in its own fiberboard shipping container. (The shipping container shall be IAW FED SPEC. ASTM-D5118 and ASTM-D-1974.) 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 reqts 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 anything inside the shipping container. MARKINGS: Each box shall be marked with: Item Name, Stock No., MFG Part No., CAGE, Contract No. and Date in printed black block letters min 1? high. Place of delivery shall be: USCG Engineering Logisitics Center, 2401 Hawkins Point Road, Baltimore, MD 21226. (vii) Place of delivery is: USCG Engineering Logistics Center, 2401 Hawkins Point Road, Building 88 ? Receiving, Baltimore, MD 21226. Please quote prices FOB Destination. (viii) 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 52.212-1 Instructions to Offerors-Commercial Items (Sept 2006). 1. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company?s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (ix) 52.212-2 Evaluation-Commercial Items (Jan 1999). - Delivery, pricing consideration and past performance are evaluation factors. Submit POC name, current phone number and contract number for past performance. This is a commercial item acquisition. Award may be made to other than the lowest price. Award will be a best value decision. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the best value. Delivery is slightly more important than price. The evaluation and award procedures in FAR 13.106 apply. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2006) with Alt 1 included are to be submitted with your offers. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Sept 2005). applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Aug 2007). The following clauses listed in 52.212-5 are incorporated: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) with Alt I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-6 Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637 (d)(2) and (3)); 52.219-14 Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637 (a)(14)); 52.219-28 Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2)); 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 (March 2007)(E.O. 11246); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Sep 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 (Sep 2006) (38 U.S.C. 4212); 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000) (42 U.S.C.6962 (c)(3)(A)(ii)); 52.225-3 Buy American Act ? Free Trade Agreements ? Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286, and 109-169); 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: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. Copies of HSAR clauses may be obtained electronically at: http://www.dhs.gov/interweb/assetlibrary/DHS_HSAR_DEC_2003.pdf, COMDTINST (Ombudsman) 4200.14 at http://cgweb.comdt.uscg.mil/G-CFP/g-cpm/instruction/AGENCY%20PROTESTS.HTM. Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. (xiii) Drawings are available upon request, email Stefanie Schmitz at Stefanie.W.Schmitz@uscg.mil. (xiv) See numbered note 1. (xv) QUOTES ARE DUE BY 2:00 PM EST on March 26, 2008. Quotes may be faxed (410) 762-6008 or emailed to Stefanie.W.Schmitz@uscg.mil. (xvi) POC is Stefanie Schmitz, Contract Specialist, 410-762-6445. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (25-MAR-2008); 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/USCGELC/HSCG40-08-R-40028/listing.html)
 
Place of Performance
Address: 2401 Hawkins Point Road Baltimore, MD
Zip Code: 21226
Country: UNITED STATES
 
Record
SN01541639-F 20080327/080325231051 (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.