SOLICITATION NOTICE
20 -- Lifeline Materials for the CGC TAMPA
- Notice Date
- 11/4/2010
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 423830
— Industrial Machinery and Equipment Merchant Wholesalers
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
- ZIP Code
- 21226-5000
- Solicitation Number
- HSCG40-11-Q-60451
- Archive Date
- 11/12/2010
- Point of Contact
- Iris M. Johnson, Phone: 4107626427, Sharon Byrd, Phone: 410-762-6491
- E-Mail Address
-
Iris.M.Johnson@uscg.mil, sharon.l.byrd@uscg.mil
(Iris.M.Johnson@uscg.mil, sharon.l.byrd@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Lifeline Materials for the CGC TAMPA (i) 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; proposals are being requested and a written solicitation will not be issued. (ii) Solicitation Number HSCG40-11-Q-60451 applies and this solicitation is issued as a Request for Quotation (RFQ). (iii) The solicitation/synopsis and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-46 DTD effective 29 OCT 2010. (iv) This is a set aside for small business. The NAICS code for this solicitation is 423830 and the small business standard is 500 employees. U.S. Coast Guard Surface Forces logistics Center intends to award a Firm Fixed Price Contract. (v) Item 0001 : LIFELINE - Kevlar, ½" Jacketed Aramid Quantity 400 FT; Delivery 11/19/2010. If delivery cannot be made in accordance with Government's delivery schedule, please indicate your best possible delivery schedule. Item 0002: TURNBUCKLE - Electroline NAK 4950 Quantity 64 EA; Delivery 11/19/2010. If delivery cannot be made in accordance with Government's delivery schedule, please indicate your best possible delivery schedule. Item 0003: CLEVIS ENDS - with sisterhooks, Electroline NAK 4850; Delivery 11/19/2010. If delivery cannot be made in accordance with Government's delivery schedule, please indicate your best possible delivery schedule. Item 0004: GRIP CONE, For ½" Dia. Kevlar Lifeline, NAK-950 Quantity 12 EA; Delivery 1/19/2010. If delivery cannot be made in accordance with Government's delivery schedule, please indicate your best possible delivery schedule. *** If offering an "or equal" the company must provide the salient characteristics for the item. Enough information must be provided so the government may make a determination that the item will satisfy the government's needs. **** (vi) N/A (vii) Place of delivery: 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 FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 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, a point of contact and current business phone numbers f) Pricing and delivery information. 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). - The award will be made to the lowest priced and technically acceptable quotation. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation. Offeror shall include in their offer a copy of the Description of Items or Services showing the bid prices being offered. The evaluation and award procedures in FAR 13.106 apply (x)FAR 52.212-3. Annual Representations and Certifications - Commercial Items (Oct 2010) with Alt 1 included are to be submitted with you 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 (Jun 2010) applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Oct 2010) - The award will be made to the lowest priced and technically acceptable quotation. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation. Offeror shall include in their offer a copy of the Description of Items or Services showing the bid prices being offered. This is to ensure accurate price per each item as described in the qty as requested. The Offeror shall view and print a copy of the solicitation as it appears in the attached documents to the solicitation as posted on the FedBizOpps Website to ensure complete knowledge and understanding of the solicitation with terms and conditions. The evaluation and award procedures in FAR 13.106 apply. The following clauses listed in 52.212-5 are incorporated: a. 52.219-6 Notice of Total Small Business Aside (June 2003) (15U.S.C. 644). b. 52.219-28 Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). c. 52.222-3 Convict labor (June 2003) (E.O. 11755) d. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (July 2010) (EO 13126) e. 52.222-21 Prohibition of Segregated Facilities (Feb 1999) f. 52.222-26 Equal Opportunity (March 2007)(E.O. 11246) g. 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010)(29 U.S.C. 793) h. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (E.O. 13513). i. 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d). j. (i) 52.225-1 -- Buy American Act-Supplies) (Feb 2009). k. 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). l. 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. (xiii) N/A (xiv) Defense Priorities and Allocations System (DPAS): N/A (xv) QUOTES ARE DUE BY 4:30 PM EST on 5th November 2010. Quotes may be faxed to (410) 762-6008 or emailed to Iris.M.Johnson@uscg.mil. (xvi) For information regarding this solicitation contact: Iris Johnson at 410-762-6427 or email Iris.M.Johnson@uscg.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-11-Q-60451/listing.html)
- Place of Performance
- Address: U.S. Coast Guard, Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore, Maryland, 21226, United States
- Zip Code: 21226
- Zip Code: 21226
- Record
- SN02322192-W 20101106/101104233842-d9ff998a8128acddcce52996ed48843d (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 |