Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 31, 2012 FBO #3933
SOLICITATION NOTICE

99 -- BOAT CRADLE MATERIAL FOR CGC HARRIET LANE - Required Information

Notice Date
8/29/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332111 — Iron and Steel Forging
 
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
HSCG40-12-Q-61546
 
Archive Date
9/19/2012
 
Point of Contact
Carolyn Ward, Phone: 410-762-6601
 
E-Mail Address
carolyn.ward@uscg.mil
(carolyn.ward@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Ombudsman RFQ HSCG40-12-Q-61546 Required Information (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 HSCG40-12-Q-61546 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 2005-60 (27 Aug 2012). (iv) This procurement is 100% small business set-aside. The North American Industry Classification System (NAICS) code is 332111 and the business size standard is 500 employees. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. (v) ITEM 0001-0026, See RFQ HSCG40-12-Q-61546, 26 line items and Quantity. IAW with RFQ HSCG40-12-Q-61546- See attachment, for CGC Harriet Lane's Boat Cradle Material. Estimated Delivery Date is 10/01/2012. Please indicate your best delivery date if the estimated delivery date cannot be met. (vi) Place of Delivery is: United States Coast Guard Yard, 2401 Hawkins Point Road, Baltimore, MD 21226. (vii) 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 no more than three relevant past performance history including: contract number, point of contact and the contact information. g) Offerors shall agree to the deliver condition that the vendor shall start the performance within 48 hours of notification by the government. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. If any offeror is registered in ORCA, verification by the applicable vendor is needed to evidence that the record is current and valid. (viii) 52.212-2 Evaluation-Commercial Items (Jan 1999). - Delivery, relevant past performance and pricing are the evaluation factors. This is a commercial item acquisition. 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 lowest technically acceptable pricing. The evaluation and award procedures in FAR 13.106 apply. (ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Apr 2012) with Alt 1 included are to be submitted with your offers. (x) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2012) applies to this acquisition. (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Aug 2012). The following clauses listed in 52.212-5 are incorporated: a. 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). b. 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (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 (March 2012) (EO 11755) e. 52.222-21, Prohibition of Segregated Facilities (Feb 1999). f. 52.222-26, Equal Opportunity (Mar 2007) (E.O 1246). 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 (Aug 2011) (E.O. 13513). i. 52.222-50 Combating Trafficking in Persons (Feb. 2009) j. 52.225-1, Buy American Act- Supplies (Feb 2009) (41 U.S.C. 10a-10d). k. 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). l. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(31.S.C. 3332). m. 52.233-3 Protest after award (Aug. 1996.) n. 52.233-4 Applicable Law for Breach of Contract Chain (Oct.2004). o. 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. (xii) See required documents for scanned copies of each item requested. (xiii) Defense Priorities and Allocations System (DPAS): N/A (xiv) QUESTIONS ARE DUE BY FRIDAY 3:00PM EST on FRIDAY AUG. 31, 2012. QUOTES ARE DUE BY 4:00 PM EST on TUESDAY SEPT. 4, 2012. Quotes may be faxed (410) 762-6008 or emailed to Carolyn.Ward@uscg.mil (xv) POC is Carolyn Ward, Procurement Agent, 410-762-6601.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-12-Q-61546/listing.html)
 
Record
SN02860582-W 20120831/120830000141-469e96fcbfd9283d2a880990a03f3320 (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.