Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 26, 2010 FBO #3289
MODIFICATION

20 -- SWITCHBOARD

Notice Date
11/24/2010
 
Notice Type
Modification/Amendment
 
NAICS
335313 — Switchgear and Switchboard Apparatus Manufacturing
 
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-60561
 
Archive Date
12/15/2010
 
Point of Contact
Iris M. Johnson, Phone: 4107626427
 
E-Mail Address
Iris.M.Johnson@uscg.mil
(Iris.M.Johnson@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SWITCHBOARD (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-60561 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 an 100% set aside for small business. The NAICS code for this solicitation is 335313 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) The United States Coast Guard Engineering Logistics Center has a requirement for the following: Item 0001 : P/N 75D-WAGL-6201-019,REV-A QTY 1 PURCHASE DESCRIPTION: SWITCHBOARD, POWER DISTRIBUTION FOR 150 KW SHIP SERVICE GENERATOR CONTROL. IN ACCORDANCE WITH DRAWING NO. 75D-WAGL-6201- 019, REV. A MANUFACTURER MUST HAVE 3 YEARS EXPERIENCE IN BUILDING MARINE GRADE 3- PHASE MULTIPLE GENSET, PARALLELING SWITCHBOARDS WITHIN THE LAST 5 YEARS. NOTE: FOR USCG WLIC 75 FT "D-CLASS" CUTTERS Delivery Date 20 December 2010. **** Please pay close attention to the desired delivery date. If you can not meet the delivery date please provide your best offered start date.**** *** 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) CONTRACTOR SHALL CONFORM TO THE FOLLOWING PACKAGING, PRESERVATION AND MARKING INSTRUCTIONS: PACKAGING REQUIREMENTS: IMPORTANT! EACH ITEM AS DEFINED BY ITS "UNIT OF ISSUE" MUST BE INDIVIDUALLY PACKAGED. ACCEPTABLE METHOD IS STANDARD COMMERCIAL PACKAGING DEFINED AS THE WAY ITEMS ARE PACKAGED, SOLD, AND SHIPPED TO THE PUBLIC OVER THE COUNTER COMMERCIALLY. (PROVIDING EACH ITEM IS INDIVDUALLY PACKAGED) AND WILL PROVIDE PROTECTION OF THE MATERIAL FOR UP TO 1 YEAR IN A WAREHOUSE FACILITY. MULTIPLE HANDLING FOR DISTRIBUTION OF MATERIAL SHALL NOT REQUIRE ADDITIONAL PACKAGING FOR SHIPMENT FROM COAST CUARD WAREHOUSE FACILITY. NOTE: TO CONTRACTOR: FAILURE TO COMPLY WITH MARKING AND PACKAGING REQUIREMENTS WILL RESULT IN ALL MATERIAL BEING RETURNED TO THE COMPANY AT COMPANY EXPENSE FOR CORRECTION. MARKING AND PACKAGING REQUIREMENTS MARKING: EACH ITEM AS DEFINED BY IT'S UNIT OF ISSUE" SHALL BE INDIVIDUALLY MARKED OR LABELED IN CLAER LETTERING WITH THE FOLLOWING: NOMENCALTURE, COAST GUARD 13 DIGIT STOCK NO: MFG PART NO., CAGE CODE (IF KNOWN) AND PURCHASE ORDER/CONTRACT NUMBER AND ANY ADDITIONAL MARKING INFORMATION REQUIRED BY PROCUREMENT AGENT. NOTE: FOR SMALL ITEMS SUCH AS BOLTS, NAILS, WASHERS, SCREWS, PINS AND ANY SMALL ITEM A REASONABLE CONCLUSION WOULD BE THAT IT WOULD BE IMPOSSIBLE TO MARK EACH ITEM, THE CONTAINER, BOX OR PACKAGE SHALL CONTAIN THE REQUIRED INFORMATION AND THE INDIVIDUAL MARKING AND PACKAGING OF EACH ITEM IN THE CONTAINER/PACK/BOX ETC. SHALL BE WAIVED. NOTE TO VENDOR: FAILURE TO COMPLY WITH STATED PACKAGING AND MARKING REQUIREMENTS WILL RESULT IN ALL MATERIAL BEING RETURNED TO VENDOR AT VENDOR EXPENSE. ALL DELIVERIES ARE TO BE MADE MONDAY THROUGH FRIDAY BETWEEN THE HOURS OF 7:30 AM AND 1:30 PM. (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. MANUFACTURER MUST HAVE 3 YEARS EXPERIENCE IN BUILDING MARINE GRADE 3- PHASE MULTIPLE GENSET, PARALLELING SWITCHBOARDS WITHIN THE LAST 5 YEARS. 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 following clauses listed in 52.212-5 are incorporated: a.52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). b.52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). c.52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). d. (i) 52.219-6 Notice of Total Small Business Aside (June 2003) (15U.S.C. 644). (ii) Alternate I (Oct 1995) of 52.219-6 (iii) Alternate II (Mar 2004) of 52.219-6 e. 52.219-28 Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). f. 52.222-3 Convict labor (June 2003) (E.O. 11755) g. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (July 2010) (EO 13126) h. 52.222-21 Prohibition of Segregated Facilities (Feb 1999) i. 52.222-26 Equal Opportunity (March 2007)(E.O. 11246) j. 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010)(29 U.S.C. 793) k.52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (E.O. 13513). l. 52.225-3, (i) 52.225-3, Buy American Act -Free Trade Agreements - Israeli Trade Act (Jun 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-301, 109-53, 109-169, 109-283, and 110-138). (ii) Alternate I (Jan 2004) of 52.225-3. (iii) Alternate II (Jan 2004) of 52.225-3. m.52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). n. 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). 1. 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) See additional document(s) for uploaded documents to support order requirements. (xiv) Defense Priorities and Allocations System (DPAS): N/A (xv) QUOTES ARE DUE BY 8 AM EST on 30th November 2010. Please email your quotes to Iris.M.Johnson@uscg.mil. (xvi) For information regarding this solicitation contact: Iris Johnson via email only to Iris.M.Johnson@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-11-Q-60561/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
 
Record
SN02333413-W 20101126/101124234055-b4803f4d6edbe1ed644f10ff3425884a (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.