Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 25, 2010 FBO #3135
MODIFICATION

56 -- Basalite Supplies

Notice Date
6/23/2010
 
Notice Type
Modification/Amendment
 
NAICS
238120 — Structural Steel and Precast Concrete Contractors
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Base Support Unit Alameda, US Coast Guard Island, Bldg. 42, Alameda, California, 94501-5100, United States
 
ZIP Code
94501-5100
 
Solicitation Number
21103106WA484
 
Archive Date
7/14/2010
 
Point of Contact
Danielle C Farmer, Phone: (510) 437-2914, KENNY J. MAYFIELD, Phone: 5104373687
 
E-Mail Address
danielle.c.farmer@uscg.mil, KENNY.J.MAYFIELD@USCG.MIL
(danielle.c.farmer@uscg.mil, KENNY.J.MAYFIELD@USCG.MIL)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and no other solicitation document will be issued. Request for Quotation (RFQ) number is 21103106WA484 is assigned for tracking purposes only. The incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. The U.S. Coast Guard Naval Engineering Support Unit intends to award a Firm Fixed Price (FFP) purchase order using Simplified Acquisition Procedures for the purchase of a 5000 Sq. ft./Basalite- permeable pavers (3 sizes), 1617 sq.ft./ Basalite-Country Manor-"Milan, "Milan"/ cap blocks/ all blocks and cap blocks to include Country Manor pins. If you need any further information regarding the specifications of the supplies please contact Mr. Thomas Mitchell @ 510-437-3780. The North American Industry Classification System (NAICS) code is 238120 and the small business size standard is $14 million dollars. The Coast guard does not own nor can they obtain specifications, drawings, plans or other technical data for these supplies. FOB Destination quotes are desired. FOB Origin quotes must include shipping charges to be considered responsive. Inspection and acceptance of material shall be performed by the USCG Naval Engineering Support Unit personnel. Desired delivery is 30 days after receipt of order. All responsible sources may submit a quote which shall be considered by the agency. Anticipated award date is June 30, 2010. This date is approximate and not exact. Sources must have a valid Cage Code and DUNS number or the ability to obtain one, and also be registered in CCR (Central Contractor Registration) www.ccr.gov. The following Federal Acquisition Regulation (FAR), and Homeland Security Acquisition Regulation (HSAR) provisions and clauses apply: FAR 52.212-1 Instructions to Offerors-Commercial Items (JAN 2006), FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) award will be made to the Offeror proposing the best value to the Government considering price, delivery, and past performance, and quality. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (November 2006). These certifications must be included with quote and can be accessed and downloaded via FEDBIZOPS with this RFQ. Contractors are encouraged to submit through http://orca.bpn.gov PLEASE NOTE NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 prospective contractors are required to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies. FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders Commercial Items MAR 2007) -52.222-3 Convict Labor (June 2003) (E.O. 11755) -52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2006) (E.O.13126) -52.222-21 Prohibition of Segregated Facilities (Feb 1999) -52.222-26 Equal Opportunity (Mar 2007) (E.O. 11246), -52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793), 52.225-13 Restrictions on Certain Foreign Purchases (Feb 1006)(E.O. 12722, 12724, 13059, 13067, 13121, and 13129), 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31 U.S.C. 3332) Quotes may be submitted on company letterhead stationary and must include the following information: Unit Price, Extended Price, Estimated Delivery Date ARO, Payment Terms and discount offered for prompt payment, and must include the required FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2006) of copies can be obtained by calling the Agency or by downloading from the FedBizOps website. The closing date and time of receipt of offers is June 29, 2010 12:00 PM Pacific Time. Facsimile or Email quotes are acceptable and may be Emailed to Danielle.C.Farmer@uscg.mil or faxed to (510) 437-5777. Contact Danielle Farmer at (510) 437-2914 for questions regarding this solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ba3309f028236c39f23f94e9511cd0f4)
 
Place of Performance
Address: Coast Guard Island, Bldg 15, Alameda, California, 94501, United States
Zip Code: 94501
 
Record
SN02186330-W 20100625/100623235358-ba3309f028236c39f23f94e9511cd0f4 (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.