Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 13, 2009 FBO #2941
MODIFICATION

99 -- Berths and Lockers

Notice Date
12/11/2009
 
Notice Type
Modification/Amendment
 
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
HSCG4010Q60514
 
Archive Date
1/2/2010
 
Point of Contact
Carolyn Ward, Phone: 4107626601
 
E-Mail Address
carolyn.ward@uscg.mil
(carolyn.ward@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 HSCG40-10-Q-60514 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 2005-37. (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-LG4-6491, P/N: FL-3306-29 TYPE A OR IAW FL-3306-29 TYPE A, LOCKER, CLOTHING, ALUMINUM, LEFT HAND DOOR, PAINT FINISH TO BE POWDER COATING I.AW. 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: 30 EA, DESIRED DELIVERY DATE 02/02/10; ITEM 0002, ACN 2090-01-LG4-6561, P/N: IAW NAVSEA DWG S3306-921770, 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 10 EA, DESIRED DELIVERY DATE 02/02/10; ITEM 0003, ACN 2090-01-LG4-6563, P/N: IAW NAVSEA DWG S3306-921770, 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 ACCOMMODATE 3 UNITS. Quantity 4 EA, DESIRED DELIVERY DATE 02/02/10; ITEM 0004, ACN 2090-01-LG4-6564, P/N: IAW NAVSEA DWG S3306-921770, 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 ACCOMMODATE 4 UNITS. Quantity 2 EA, DESIRED DELIVERY DATE 02/02/10; ITEM 0005, ACN 2090-01-LG8-8191, P/N: FL-3306-31 REV. B, BERTH, CREW, 3 HIGH, SINGLE UNIT WITHLOCKER 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 BTOH ENDS AND BACK. UNIT SHALL BE COMPLETEWITH ALL COMPONENTS EXCEPT STANCHION SYSTEM, 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 IAW MIL-PRF-24712ATYPE, I, II CLASS 1 IS ACCEPTABLE. NOTE: STANCHION SYSTEM WILL BE PROVIDED UNDER 2090-01-LG8-8245. Quantity 9 EA, DESIRED DELIVERY DATE 02/02/10; ITEM 0006, ACN 2090-01-LG8-8198, P/N: 804-5959312, 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 BAKED ENAMEL, COLOR NO. 23617 I.A.W. FED STD. 595B POWDER COATING IAW MIL-PRF-24712A TYPE I, II, CLASS 1 IS ACCEPTABLE. NOTE: STANCHION SYSTEM WILL BE PROVIDED UNDER STOCK NO. 2090-01-LG8-8245. Quantity 1 EA, DESIRED DELIVERY DATE 02/02/10; ****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 SPECIFICATIONS: See attached scanned documents for each item and its unique packaging/shipping requirements. Not all items listed in this solicitation require the same specifications. Offeror is responsible for viewing the documents for clear comprehension of requirements prior to offer. PRESERVATION REQUIREMENTS: Preservation requirements include packaging that shall protect any finished surface from scratches or damage resulting from contact with internal blocking or bracing or anything inside the shipping container. MARKINGS: In clear printed lettering (English) 1” min high, for each item as defined by its unit package quantity shall be individually marked with the following: Nomenclature, 13 digit Coast Guard Stock No. xxxx-xx-xxx-xxxx, MFG Part No., CAGE code (if known), Contract No. (issued upon award) and Date. Place of delivery shall be: USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore, MD 21226. (vii) Place of delivery is: USCG Surface Forces 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: a) company’s complete mailing and remittance addresses, b) discounts for prompt payment if applicable c) cage code, d) Dun & Bradstreet number, e) Taxpayer ID number. f) Offerors shall submit price and delivery information for all items. A recent past performance including: contract number, point of contact and current home numbers. 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 and pricing 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. 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 (Aug 2009) with Alt 1 included are to be submitted with your offers. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (March 2009) applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Sept. 2009). The following clauses listed in 52.212-5 are incorporated: a. 52.222-3 Convict labor (June 2003) (E.O. 11755) b. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (EO 11755) c. 52.222-21 Prohibition of Segregated Facilities (Feb 1999) d. 52.222-26 Equal Opportunity (March 2007)(E.O. 11246) e. 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). f. 52.222-50 Combating Trafficking in Persons (Feb. 2009) g. 52.222-54 Employment Eligibility Verification (Jan. 2009)(E.O. 12989). h. 52.225-1 Buy American Act-Supplies (Feb. 2009)(41 U.S.C. 10a-10d). i. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(31.S.C. 3332). j. 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) See required documents for scanned copies of each item requested. (xiv) Defense Priorities and Allocations System (DPAS): N/A (xv) QUOTES ARE DUE BY 11:00 AM EST on December 18, 2009. Quotes may be faxed (410) 762-6008 or emailed to Carolyn.Ward@uscg.mil (xvi) POC is Carolyn Ward, Procurement Agent, 410-762-6601.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG4010Q60514/listing.html)
 
Record
SN02022318-W 20091213/091211235352-de7d935e95ff432c1375f7825d9957c2 (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.