Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2009 FBO #2671
SOLICITATION NOTICE

71 -- Shipboard Furniture

Notice Date
3/18/2009
 
Notice Type
Combined Synopsis/Solicitation
 
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, Maryland, 21226-5000
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-09-Q-40114
 
Archive Date
5/22/2009
 
Point of Contact
Stefanie W Schmitz, Phone: 410-762-6445
 
E-Mail Address
Stefanie.W.Schmitz@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
(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 HSCG40-09-Q-40114 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 2005-30. (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-LG4-6487, BERTH, CREWS, WITH LOCKER UNDER, ALUMINUM, DOUBLE UNIT, (3) BERTHS HIGH, PAINT FINISH TO BE POWDER COATING I.A.W. MIL-PRF-24712A TYPE I,II, CLASS I, COLOR TO MATCH FED STD. 595B #23617 TAN, UNIT SHALL BE CONSTRUCTED I.A.W. C.G. DWG. FL-3306-31 REV "B", TYPE I PRIVACY SCREENS. Quantity: 3 EA, DESIRED DELIVERY DATE 5/15/09; ITEM 002, ACN 2090-01-LG4-4698, BERTH, CREWS, WITH LOCKER UNDER, ALUMINUM, LEFT HAND, SINGLE UNIT, (3) BERTHS HIGH, PAINT FINISH TO BE POWDER COATING I.A.W MIL-PRF-24712A TYPE I.II, CLASS I, COLOR TO MATCH FED STD 595B #23617 TAN. UNIT SHALL BE CONSTRUCTED I.A.W. C.G. DWG. FL-3306-31 REV B, TYPE F PRIVACY SCREEN. Quantity 3 EA, DESIRED DELIVERY DATE 5/15/09; ITEM 0003, ACN 2090-01-LG4-4702, BERTH, CREWS, WITH LOCKER UNDER, ALUMINUM, RIGHT HAND, SINGLE UNIT, (3) BERTHS HIGH, PAINT FINISH TO BE POWDER COATING I.A.W MIL-PRF-24712A TYPE I,II, CLASS I, COLOR TO MATCH FED STD. 595B # 23617 TAN, UNIT SHALL BE CONSTRUCTED I.A.W. C.G. DWG: FL-3306-31 REV "B", TYPE E PRIVACY SCREEN. Quantity 2 EA, DESIRED DELIVERY DATE 5/15/09; ITEM 0004, ACN 2090-01-LG4-6488, BERTH, CREWS, WITH LOCKER UNDER, ALUMINUM, RIGHT HAND, SINGLE UNIT, (3) BERTHS HIGH, PAINT FINISH TO BE POWDER COATING I.A.W MIL-PRF-24712A TYPE I, II, CLASS I, COLOR TO MATCH FED STD. 595B # 23617 TAN. UNIT SHALL BE CONSTRUCTED I.A.W. C.G. DWG. FL-3306-31 REV "B", TYPE K PRIVACY SCREENS. Quantity 1 EA, DESIRED DELIVERY DATE 5/15/09; ITEM 0005, ACN 2090-01-LG4-6489, BERTH, CREWS, WITH LOCKER UNDER, ALUMINUM, LEFT HAND, SINGLE UNIT, (3) BERTHS HIGH, PAINT FINISH TO BE POWDER COATING I.A.W MIL-PRF-24712A TYPE I, II, CLASS I, COLOR TO MATCH FED. STD. 595B #23617 TAN, UNIT SHALL BE CONSTRUCTED I.A.W. C.G. DWG. FL-3306-31 REV "B", TYPE L PRIVACY SCREEN. Quantity 1 EA, DESIRED DELIVERY DATE 5/15/09; ITEM 0006, ACN 2090-01-LG4-4701, BERTH, CREWS, WITH LOCKER UNDER, ALUMINUM, RIGHT HAND, SINGLE UNIT, (3) BERTHS HIGH, PAINT FINISH TO BE POWDER COATING I.A.W MIL-PRF-24712A TYPE I,II, CLASS I, COLOR TO MATCH FED. STD. 595B # #23617 TAN, UNIT SHALL BE CONSTRUCTED I.A.W. C.G. DWG: FL-3306-31 REV "B", TYPE G PRIVACY SCREEN. Quantity 2 EA, DESIRED DELIVERY DATE 5/15/09; ITEM 0007, ACN 2090-01-LG4-4703, BERTH, CREWS, WITH LOCKER UNDER, ALUMINUM, LEFT HAND, SINGLE UNIT, (3) BERTHS HIGH, PAINT FINISH TO BE POWDER COATING I.A.W MIL-PRF-24712A TYPE I,II, CLASS I, COLOR TO MATCH FED. STD. 595B #23617 TAN, UNIT SHALL BE CONSTRUCTED I.A.W. C.G. DWG: FL-3306-31 REV "B", TYPE J PRIVACY SCREEN. Quantity 2 EA, DESIRED DELIVERY DATE 5/15/09; ITEM 0008, ACN 2090-01-LG4-7965, STANCHION SET, BERTHING, ONE COMPLETE SHIPSET FOR 210 FT. B CLASS. COMPLETE WITH UPPER AND LOWER DECK MOUNTING CLIPS AND ALL ASSOCAITED HARDWARE AND FASTENERS TO INSTALL 22 CREWS BERTHING, TOTAL 88 STANCHIONS. PAINT TO BE POWDER COATING I.A.W. MIL-PRF-24712A TYPE I,II, CLASS I, COLOR TO MATCH FED STD 595B COLOR NO.23617 TAN. BUNK MOUNTING CLIPS TO BE SUPPLIED UNATTACHED. Quantity: 1 AY, DESIRED DELIVERY DATE 5/15/09; ITEM 0009, ACN 2090-01-LG4-6491, LOCKER, CLOTHING, ALUMINUM, LEFT HAND DOOR, PAINT FINISH TO BE POWDER COATING I.A.W MIL-PRF-24712A TYPE I, II, CLASS I, COLOR TO MATCH FED. STD. 595B #23617 TAN. UNIT SHALL BE CONSTRUCTED I.A.W. C.G. DWG. FL-3306-29, 16" WIDE, TYPE A. USE WITH SUBBASE :2090-01-LG4-6561 & 2090-01-LG4-6565.Quantity 66 EA, DESIRED DELIVERY DATE 5/15/09; ITEM 0010, ACN 2090-01-LG4-6561, SUBBASE,4" DEEP, STAINLESS STEEL, 300 SERIES, CONSTRUCTED I.A.W. NAVSEA DWG. NO. S3306-921770, (TO BE USED WITH STOCK NO. 2090-01-LG4-6491- LOCKER CLOTHING 16" WIDE TYPE A CG DWG FL-3306-29).Quantity 6 EA, DESIRED DELIVERY DATE 5/15/09; ITEM 0011, ACN 2090-01-LG4-6562, SUBBASE, 4" DEEP, STAINLESS STEEL, 300 SERIES, CONSTRUCTED I.A.W. NAVSEA DWG. NO. S3306-921770. TO BE USED WITH CLOTHING LOCKER(CG DWG FL3306-2916" WIDE TYPE A STK. NO. 2090-01-LG4-6491) AND TO ACCOMODATE 2 UNITS. Quantity 2 EA, DESIRED DELIVERY DATE 5/15/09; ITEM 0012, ACN 2090-01-LG4-6564, SUBBASE, 4" DEEP, STAINLESS STEEL, 300 SERIES, CONSTRUCTED I.A.W. NAVSEA DWG NO: S3306-921770, USED WITH STOCK NO: 2090-01-LG4-6491 AND TO ACCOMODATE 4 UNITS. Quantity 12 EA, DESIRED DELIVERY DATE 5/15/09; ITEM 0013, ACN 2090-01-LG4-4697, BERTH, CREWS, WITH LOCKER UNDER, ALUMINUM, DOUBLE UNIT, (3) BERTHS HIGH, PAINT FINISH TO BE POWDER COATING I.A.W MIL-PRF-24712A TYPE I, II, CLASS I. COLOR TO MATCH FED STD. 595B #23617 TAN, UNIT SHALL BE CONSTRUCTED I.A.W. C.G. DWG. FL-3306-31 REV "B", TYPE H PRIVACY SCREENS. Quantity 2 EA, DESIRED DELIVERY DATE 5/15/09; ITEM 0014, ACN 2090-01-LG4-6490, BERTH, CREWS, WITH LOCKER UNDER, ALUMINUM, RIGHT HAND, SINGLE UNIT (3) BERTHS HIGH, FINISH PAINT TO BE TAN. UNIT SHALL BE CONSTRUCTED I.A.W. C.G. DWG. FL-3306-31 REV "B", TYPE A PRIVACY SCREEN. Quantity 1 EA, DESIRED DELIVERY DATE 5/15/09; ITEM 0015, ACN 2090-01-LG4-6563, SUBBASE, 4" DEEP, STAINLESS STEEL, 300 SERIES, CONSTRUCTED I.A.W. NAVSEA DWG. NO. S3306-921770, TO BE USED WITH STOCK NO. 2090-01-LG4-6491(CG DWG FL-306-29 16" WIDE TYPE A CLOTHING LOCKER) AND TO ACCOMODATE 3 UNITS. Quantity 1 EA, DESIRED DELIVERY DATE 5/15/09; ITEM 0016, ACN 2090-01-LG4-6565, SUBBASE, 4" DEEP, STAINLESS STEEL 300 SERIES, CONSTRUCTED I.A.W. NAV SEA DWG NO: S3306-921770. TO BE USED WITH STOCK NO. 2090-01-LG4-6491 AND TO ACCOMODATE 5 UNITS. Quantity 1 EA, DESIRED DELIVERY DATE 5/15/09; 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: Please note packing requirements may vary by CLIN, please read all instructions carefully. CLIN 0008: All components that make up a ship set/assembly shall be consolidated and shipped together as a set with an itemized list of components and quantities that make up the set or assembly. In the case of davits and winches, items shall be secured to a wood base or foundation that allows easy handling and helps avoid the winch or davit from falling over and being damaged. Winch or davit shall be painted and protected to avoid minor scratching of damage during shipping and handling. All exposed finish machined surfaces and components shall be preserved to prevent oxidation and erosion. Long term storage of this item may be required and packaging should be sufficient to protect the item from less than ideal conditions such as moisture and dust. Lifting and handling points shall be clearly marked on the item in legible black letters. Markings: Each container that makes up this ship set/assembly shall be marked in legible black ink with the following information: Stock #, part #, and cage code (if known), Coast Guard Contract #, noun name, and box/component number as relates to the total of boxes/components in one ship set. Example: 1of 3, 2 of 3, etc. Labels or markings shall be weather resistant. ALL OTHER CLIN’S: Each line item must be individually packaged in it’s own fiberboard shipping container. (The shipping container shall be I.A.W. FED. SPEC. ASTM-D5118 AND ASTM-D-1974.) The complete line item shall fit the container or be fitter with sufficient blocking to prevent shifting during shipment 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 anything inside the shipping container. Markings: Each box shall be marked with: Item name, stock #, MFG part #, cage code (if known), contract #, and date in printed black block letters min. 1” high. (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 (June 2008). 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. (ix)52.212-2 Evaluation-Commercial Items (Jan 1999). - Delivery, Price and Past performance are evaluation factors with Delivery being slightly more important that price or past performance. Submit your proposed delivery schedule by number of weeks ARO. Failure to meet your delivery schedule may result in an equitable adjustment. Submit POC name, current phone number and contract number for past performance. This is a commercial item acquisition. Award will be a best value decision and may be made to other than the lowest price. 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. The evaluation and award procedures in FAR 13.106 apply. (x)FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Feb 2009) An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision and return it with their offer. (xi)FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2008). applies to this acquisition. (xii)FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Feb 2009). 52.203-6 Restrictions on Subcontractor sales to the Government; 52.219-6 Notice of total small business set aside; 52.219-28 Post Award Small Business Program Representation; 52.222-3 Convict labor; 52.222.19 Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35 Equal Opportunity for special disabled veterans, Veterans of the Vietnam Era, and other eligible veterans; 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37 Employment reports on special disabled veterans, veterans of the Vietnam era, and other eligible veterans; 52.222-39 Notification of Employee rights concerning union dues or fees; 52.222-50, Combating Trafficking in Persons; 52.225-3 Buy American Act – Free Trade Agreements – Israeli Trade Act; 52.225-13 Restrictions on Certain Foreign Purchases; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration 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)All furniture parts numbers are from the following Naval web site: https://90machinery.navsses.navy.mil/habitability/furniture/default.asp. Copies can be provided as requested, email Stefanie Schmitz at Stefanie.W.Schmitz@uscg.mil. (xiv)N/A (xv)QUOTES ARE DUE BY 2:00 PM EST on April 2, 2009. Quotes may be faxed (410) 762-6008 or emailed to Stefanie.W.Schmitz@uscg.mil. All questions should be submitted in writing to Stefanie.W.Schmitz@uscg.mil. Due to possible fax and email transmission problems it is the contractors responsibility to verify receipt of quote. (xvi)POC is Stefanie Schmitz, Contract Specialist, 410-762-6445.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e37e2725dc5ddb2c12df0b12322421b3&tab=core&_cview=1)
 
Record
SN01772447-W 20090320/090318220901-e37e2725dc5ddb2c12df0b12322421b3 (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.