SOLICITATION NOTICE
20 -- ALUMIMUM HONEYCOMB JOINER PANEL
- Notice Date
- 6/22/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332312
— Fabricated Structural Metal 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-R-40034
- Archive Date
- 7/21/2009
- Point of Contact
- Ronald Almond, Phone: 410-762-6451, Susanna J. Wiedmann, Phone: 410-762-6502
- E-Mail Address
-
ronald.almond@uscg.mil, Susanna.J.Wiedmann@uscg.mil
(ronald.almond@uscg.mil, Susanna.J.Wiedmann@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. U.S. Coast Guard Engineering Logistics Center intends to award a Firm Fixed Price Contract. (ii) Solicitation number HSCG40-09-R-40034 applies and is issued as a Request for Proposal. This procurement is set aside for small business. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-33, effective 15 June 2009. (iv) The North American Industry Classification System (NAICS) code is 332312 and the business size standard is 500 employees. Concerns having the expertise and required capabilities to furnish the below items are invited to submit a quotation. This information must include sufficient information to allow the Coast Guard to evaluate the proposal relative to the requirements. Concerns that respond to this notice must fully demonstrate the capability to accomplish the requirements and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirements. (v) The USCG Engineering Logistics Center has a requirement of the following items: ITEM 0001, Aluminum Honeycomb Joiner Panel manufactured in accordance with (IAW) the attached specification. Honeycomb panel facing and laminate configurations shall be IAW Paragraph 3.1.1.1. Quantity: 12 Each ITEM 0002, Aluminum Honeycomb Joiner Panel manufactured in accordance with (IAW) the attached specification. Honeycomb panel facing and laminate configurations shall be IAW Paragraph 3.1.1.2. Quantity: 55 Each ITEM 0003, Aluminum Honeycomb Joiner Panel manufactured in accordance with (IAW) the attached specification. Honeycomb panel facing and laminate configurations shall be IAW Paragraph 3.1.1.3. Quantity: 47 Each ITEM 0004, Aluminum Honeycomb Joiner Panel manufactured in accordance with (IAW) the attached specification. Honeycomb panel facing and laminate configurations shall be IAW Paragraph 3.1.1.1. Quantity: 12 Each ITEM 0005, Aluminum Honeycomb Joiner Panel manufactured in accordance with (IAW) the attached specification. Honeycomb panel facing and laminate configurations shall be IAW Paragraph 3.1.1.2. Quantity: 55 Each ITEM 0006, Aluminum Honeycomb Joiner Panel manufactured in accordance with (IAW) the attached specification. Honeycomb panel facing and laminate configurations shall be IAW Paragraph 3.1.1.3. Quantity: 47 Each ITEM 0007, Aluminum Honeycomb Joiner Panel manufactured in accordance with (IAW) the attached specification. Honeycomb panel facing and laminate configurations shall be IAW Paragraph 3.1.1.1. Quantity: 12 Each ITEM 0008, Aluminum Honeycomb Joiner Panel manufactured in accordance with (IAW) the attached specification. Honeycomb panel facing and laminate configurations shall be IAW Paragraph 3.1.1.2. Quantity: 55 Each ITEM 0009, Aluminum Honeycomb Joiner Panel manufactured in accordance with (IAW) the attached specification. Honeycomb panel facing and laminate configurations shall be IAW Paragraph 3.1.1.3. Quantity: 47 Each ITEM 0010, Aluminum Honeycomb Joiner Panel manufactured in accordance with (IAW) the attached specification. Honeycomb panel facing and laminate configurations shall be IAW Paragraph 3.1.1.1. Quantity: 12 Each ITEM 0011, Aluminum Honeycomb Joiner Panel manufactured in accordance with (IAW) the attached specification. Honeycomb panel facing and laminate configurations shall be IAW Paragraph 3.1.1.2. Quantity: 55 Each ITEM 0012, Aluminum Honeycomb Joiner Panel manufactured in accordance with (IAW) the attached specification. Honeycomb panel facing and laminate configurations shall be IAW Paragraph 3.1.1.3. Quantity: 47 Each ITEM 0013, Aluminum Honeycomb Joiner Panel manufactured in accordance with (IAW) the attached specification. Honeycomb panel facing and laminate configurations shall be IAW Paragraph 3.1.1.1. Quantity: 12 Each ITEM 0014, Aluminum Honeycomb Joiner Panel manufactured in accordance with (IAW) the attached specification. Honeycomb panel facing and laminate configurations shall be IAW Paragraph 3.1.1.2. Quantity: 55 Each ITEM 0015, Aluminum Honeycomb Joiner Panel manufactured in accordance with (IAW) the attached specification. Honeycomb panel facing and laminate configurations shall be IAW Paragraph 3.1.1.3. Quantity: 47 Each SPECIFICATION: 1. SCOPE. This specification defines the requirements for purchase of Joiner Panels to be installed during the U.S. Coast Guard 110’ Patrol Boat Mission Effectiveness Program (MEP) on all classes of vessels. In the event of a conflict between the text of this specification and the cited reference, this specification shall take precedence. 2. APPLICABLE DOCUMENTS (a). NavSea Drawing 804-4623540 Rev A (b). Aerospace Material Specification SAE-AMS-4348 (c). Aerospace Material Specification SAE-AMS-25463 3. REQUIREMENTS The contractor shall supply the requested number of aluminum honeycomb joiner panels manufactured IAW NAVSEA drawing 804-4623540 Rev A. These joiner panels shall be a direct replacement for existing joiner panels currently installed on board a 110’ Coast Guard Patrol Boat. The aluminum honeycomb joiner panels shall be 5/8” thick x 48” wide x 84” long. The honeycomb core shall be composed of 3/8” cells made from 5052 corrosion resistant aluminum alloy conforming to SAE-AMS-4348. The joiner panels shall be faced with either 304 stainless steel or 6061 aluminum sheet and laminated as described in para. 3.1.1.1, 3.1.1.2, and 3.1.1.3. Adhesive for bonding shall be film form epoxy IAW SAE-AMS-25463. 3.1.1 HONEYCOMB PANEL FACING AND LAMINATE CONFIGURATIONS 3.1.1.1 STAINLESS STEEL FACED BOTH SIDES, LAMINATED ONE SIDE Honeycomb panels shall be constructed as per para. 3.1. Both side facings shall be.025” thick type 304 stainless steel with a number 4 finish. One side shall be laminated as described in para. 3.1.2. 3.1.1.2 ALUMINUM FACED BOTH SIDES, LAMINATED BOTH SIDES Honeycomb panels shall be constructed as per para. 3.1. Both side facings shall be.045” thick type 6061 aluminum. Both sides shall be laminated as described in para. 3.1.2. 3.1.1.3 ALUMINUM FACED BOTH SIDES, LAMINATED ONE SIDE Honeycomb panels shall be constructed as per para. 3.1. Both side facings shall be.045” thick type 6061 aluminum. One side shall be laminated as described in para. 3.1.2. 3.1.2 LAMINATE REQUIREMENTS The laminate shall be “Arvex P” (Manufactured By Arvinyl Metal Laminates Corp., 951-371-7800) or equal. “Arvex P” is of a PVC base.015” thick and bonded to the metal facing using adhesive. Color shall be Fibers Cashmere #71025-153 or equal. 4. CERTIFICATIONS AND INSPECTIONS Documents showing proof that testing has been accomplished in accordance with the General Notes of NAVSEA Drawing 804-462350, Rev A, are not required. However, the panels must be manufactured using the same materials and process described on the drawing. The US Coast Guard reserves the right to perform on-site inspections during the manufacturing of these panels to ensure compliance to the drawings. If an equal laminate (other then Arvex P) is used as allowed in para. 3.1.2, contractor must submit Certificate of Approval by United States Coast Guard for the Laminate and adhesive as well as a sample of the equal color. Drawings are available upon request, email ronald.almond@uscg.mil. (vi) Contractor shall conform to the following packaging, preservation and marking requirements. Standard Commercial packaging is acceptable. Commercial packaging shall be defined as the way items are packaged, sold, and shipped to the public over the counter commercially. Packaging shall provide protection of the material for up to two years in a warehouse facility. Packaging: Each item shall be individually packaged, all parts that make up this item must be individually marked with the part number and packed in the same container or secured in such a manner that the pieces do not separated. All parts to be packaged for protection against deterioration and damage during long term storage for period of up to two years. Packing must also ensure protection during incoming and outgoing shipment in accordance with manufacturers’ standard commercial practice. Each container shall have an attached packing list with all parts listed with part number and quantity. Marking: Containers shall be marked in permanent ink with item noun name, part/model no. quantity, date shipped, cage code or manufacturers name and Coast Guard Purchase Order Number. Multiple containers shall be marked 1 of ?, 2 of ?, 3 of ?, etc. and shall have a distinguishable marking to determine which boxes/crates/skids belong together for the same kit/assembly. All deliveries are to be made Monday through Friday between the hours of 7:30 AM and 3:30 PM. Failure to follow the packaging/marking instructions may result in contractor being charged by the USCG to cover the costs of repackaging/marking the items. Company may also be charged shipping costs to cover the cost of returning the material to the company for repackaging/marking. (vii) The delivery schedule shall be made in accordance to the following schedule: DESIRED DELIVERY SCHEDULE DescriptionDesired Delivery Schedule Ship Set* #1, Item 0001 thru 0003October 1, 2009 Ship Set #2 Item 0004 thru 0006February 1, 2010 Ship Set #3 Item 0007 thru 0009June 15, 2010 Ship Set #4 Item 0010 thru 0012October 1, 2010 Ship Set #5 Item 0013 thru 0015January 4, 2011 Place of delivery shall be: USCG Engineering Logistics Center, 2401 Hawkins Point Road, 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.acquisition.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008). 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 6) Price and delivery information, 7) Provide one (1) relevant past performance reference including name of contractor, point of contact and telephone number. (8) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (ix) FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). – 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. The following factors shall be used to evaluate offers: Delivery, Price, and Past Performance. Delivery is more important than price or past performance. The Government reserves the right to do trade-offs. 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. The U.S. Coast Guard Engineering Logistics Center intends to award a Firm Fixed Price Contract. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jun 2009) with Alt 1 shall be submitted with their offers. The use of ORCA is mandatory as of January 1, 2005. ORCA is available through Business Partner Network (BPN) at http://www.bpn.gov. Contractors will use ORCA to electronically submit annual representations and certifications (REP & CERTS). If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete paragraphs (b) through (k) of provision FAR 52.212-3 which can be obtained electronically at http://www.arnet.gov/far. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009) applies to this acquisition. The following addendum applies: Address for submission of invoices is U.S. Coast Guard YARD, P.O. Box 4122, Chesapeake, VA 23327-4122. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Jun 2009). The following clauses listed in 52.212-5 are incorporated: 52.203-6, Restrictions on Subcontractor Sales to the government (Sep 2006); 52.219-6, Notice of Total Small Business Aside (Jun 2003) 52.219-8, Utilization of Small Business Concerns (May 2004) 52.219-14, Limitations on Subcontracting (Dec 1996) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) 52.222-3 Convict Labor (June 2003) (E.O. 11755); 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (EO 11755); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (March 2007)(E.O. 11246); 52.222-26, Equal Opportunity (Mar 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 (Feb 2009); 52.222-54, Employment Eligibility Verification (Jan 2009); 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 (Oct 2003)(21 U.S.C. 3332); 52.233-2, Service of Protest (Sep 2006); 52.233-3, Protest After Award (Aug 1996); 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. HSAR 3052.242-71 Dissemination of Contract Information (Dec 2003); Copies of HSAR clauses may be obtained electronically at: Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. (xiii) Additional contract requirements: If the item(s) required in the contract resulting from this solicitation are customarily warranted in the trade by a standard commercial warranty, such warranty shall be incorporated into this contract and thereby provided to the Government at no additional cost. Any standard commercial warranty provided shall be identical to the standard commercial warranty normally offered by the Contractor to the Contractor's most favored customer. Offerors are requested to state the terms and conditions of their standard commercial warranty or to attach a copy of the warranty terms with their proposal. (xiv) N/A (xv) Proposals are due by July 6, 2009, NLT 5:00 PM EST. Proposals may be faxed to (410) 762-6008 or emailed to ronald.almond@uscg.mil. Packages containing proposals must be clearly addressed and identified with the Solicitation Number. In addition, if you have your proposal sent by over night carrier, please request that the carrier deliver the package directly to Ron Almond at the address provided: U. S. Coast Guard, Engineering Logistic Center, 2401 Hawkins Point Road, Bldg. 58, 2nd Floor, Attn: Ron Almond, Baltimore, MD 21226-5000. (xvi) Point of Contact: Ron Almond, Contract Specialist, Tele. No. 410-762-6451, email address: ronald.almond@uscg.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-09-R-40034/listing.html)
- Place of Performance
- Address: 2610 Hawkins Point Road, Baltimore, Maryland, 21126, United States
- Zip Code: 21126
- Zip Code: 21126
- Record
- SN01852475-W 20090624/090622235943-cb851a33610bee42da1db61098328771 (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 |