Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 01, 2009 FBO #2713
SOLICITATION NOTICE

20 -- Berth, Crews - Coversheet - SF 1449

Notice Date
4/29/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332322 — Sheet Metal Work 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-41072
 
Archive Date
6/30/2009
 
Point of Contact
Aleksandra M Stawicka,, Phone: 410-762-6587, Sharon Byrd,, Phone: 410-762-6491
 
E-Mail Address
aleksandra.m.stawicka@uscg.mil, sharon.l.byrd@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Fill out sections 17, 30a,b,c, only. Please fill out lines 1-7 (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-41072 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 2005-31. (iv) This procurement is set aside for small business. The North American Industry Classification System (NAICS) code is 332322 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-LG4-4702, 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 1 EA, DESIRED DELIVERY DATE 9/15/09; ITEM 0002, 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 1 EA, DESIRED DELIVERY DATE 9/15/09; ITEM 0003, 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 Screen. Quantity 1 EA, DESIRED DELIVERY DATE 9/15/09; ITEM 0004, 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 9/15/09; ITEM 0005, 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 9/15/09; ITEM 0006, 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 9/15/09; ITEM 0007, ACN 2090-01-LG4-7965, Stanchion Set, Berthing, one complete shipset for 210ft. B Class. Complete with upper and lower deck mounting clips and all associated 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 9/15/09; ITEM 0008, 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 Screen. Quantity: 1 EA, DESIRED DELIVERY DATE 9/15/09; ITEM 0009, 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 Screen. Quantity 2 EA, DESIRED DELIVERY DATE 9/15/09; ITEM 0010, 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 sub base: 2090-01-LG4-6561 & 2090-01-LG4-6565. Quantity 18 EA, DESIRED DELIVERY DATE 9/15/09; ITEM 0011, ACN 2090-01-LG4-6564, Sub Base, 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 accommodate 4 units. Quantity 4 EA, DESIRED DELIVERY DATE 9/15/09; (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 Logistics Center, 2401 Hawkins Point Road, Baltimore, MD 21226. Line 0007 Specific Instructions: 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 or damage during shipping and handling all exposed finish machined 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. Marking: Each container that makes up this ship set/assembly shall be marked in legible black ink with following information; stock #, part #, cage #, CG Contract /PO #, noun name, and box/component # as it relates to the total of boxes/components in one ship set. Example: 1 of 3, 2 of 3, etc. Labels or the markings shall be weather resistant. 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 purchases 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. (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. 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. – Price and delivery are evaluation factors. 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. The evaluation and award procedures in FAR 13.106 apply. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items with Alt 1 included are to be submitted with your offers. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items apply to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items. The following clauses listed in 52.212-5 are incorporated: 52.219-6 Notice of Total Small Business Aside (15 U.S.C. 644)(June 2003); 52.219-28 Post Award Small Business Program Representation (15 U.S.C. 632(a)(2))(Apr 2009); 52.222-3 Convict labor (E.O. 11755)(June 2003); 52.222.19 Child Labor-Cooperation with Authorities and Remedies (EO 11755)(Feb 2008); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (E.O. 11246)(Mar 2007); 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793)(Jun 1998); 52.222-50, Combating Trafficking in Persons ; 52.225-1 Buy American Act – Supplies (Feb 2009) (41 U.S.C. 10a-10d); 52.225-3 Buy American Act – Free Trade Agreements – Israeli Trade Act (Feb 2009)(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 (June 2008) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.226-5 Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150); 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (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 Alex Stawicka @ aleksandra.m.stawicka@uscg.mil. (xiv) QUOTES ARE DUE BY 10:00 AM EST on May 8, 2009. Quotes may be faxed (410) 636-4991 or emailed to Aleksandra.m.stawicka@uscg.mil. (xv) POC is Alex Stawicka, Acquisition Specialist, 410-762-6587.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1f6dc827b6cd006f8d2a48b6e1865ff8&tab=core&_cview=1)
 
Place of Performance
Address: Engineering Logistics Center, Receiving Room - Bldg 88, 2401 Hawkins Point Road, Baltimore, MD 21226, Baltimore, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN01804829-W 20090501/090429222115-1f6dc827b6cd006f8d2a48b6e1865ff8 (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.