Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 29, 2013 FBO #4296
SOLICITATION NOTICE

71 -- FURNITURE - PREPARATION FOR DELIVERY - DRAWINGS

Notice Date
8/27/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker 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
HSCG40-13-Q-61471
 
Archive Date
9/11/2013
 
Point of Contact
Lechert, Phone: 4107626920
 
E-Mail Address
Kathleen.M.Lechert@uscg.mil
(Kathleen.M.Lechert@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DRAWING DRAWING DRAWING PREPARATION FOR DELIVERY (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; quotes are being requested and a separate written solicitation will not be issued. (ii) Solicitation number HSCG40-13-Q-61471 applies, and is issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69, effective August 1, 2013. (iv) It is anticipated that a competitive price purchase order shall be awarded as a result of this synopsis/solicitation. The North American Industry Classification System (NAICS) code is 337215 for this requirement. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Concerns that respond to this notice must fully demonstrate their capabilities to supply these parts and services. Award will be made on an ALL OR NONE basis and lowest technically acceptable price. The U.S. Coast Guard Surface Forces Logistics Center (SFLC) intends to award a Firm Fixed Price Purchase Order. (v) The United States Coast Guard Surface Forces Logistics Center has a requirement for the following items: ITEM 0001: SETTE, 108" LG. WITH ARMS, ALUM. FRAME WITH BAKED ENAMEL FINISH IN ACCORDANCE WITH FED. STD. 595 A#23617 BEIGE, POWDER COATING IN ACCORDANCE WITH MIL-PRF-24712A TYPE I, II CLASS 1 IS ACCEPTABLE. UPHOLSTERY TO BE NAUGAHYDE US-375 CHESTNUT, TO BE CONSTRUCTED IN ACCORDANCE WITH USCG DWG. 901-WMEC-640-002, SHT. 66. NOTE: SETTEE TO BE MANUFACTURED IN TWO EQUAL SIZE PIECES DESIGNED TO BE READY FOR ASSEMLY ON BOARD SHIP. SETTEE MUST BE INDIVIDUALLY PACKED! NO MULTI-PACKS!! QUANTITY: 4 EA UNIT PRICE: ___________________ TOTAL PRICE: _________________ REQUIRED DELIVERY DATE: 01/27/14 PROMISED DELIVERY DATE: ________________ ITEM 0002: TABLE, LOW, ALUM., TYPE B, TO BE CONSTRUCTED IN ACCORDANCE WITH USCG FLEET DRAWING FL-3306-25, SHT. 8, EXCEPT SIZE TO BE 36" X 24" X 18" H, PAINT TO BE FED. STD. 595A, #23617 BEIGE, POWDER COATED IN ACCORDANCE WITH MIL-PRF-24712 TYPE I, II, CLASS 1 IS ACCEPTABLE. NOTE: TABLE MUST BE INDIVIDUALLY PACKED! NO MULTI-PACKS!! QUANTITY: 4 EA UNIT PRICE: ___________________ TOTAL PRICE: _________________ REQUIRED DELIVERY DATE: 01/27/14 PROMISED DELIVERY DATE: ________________ ITEM 0003: TABLE, END, LOUNGE, ALUM.,TYPE C, TO BE CONSTRUCTED IN ACCORDANCE WITH USCG FLEET DWG. FL-3306-25, SHT. 32, PAINT TO BE FED. STD. 595A, COLOR # 23617 BEIGE, POWDER COATED IN ACCORDANCE WITH MIL-PRF-24712A TYPE I, II, CLASS 1 IS ACCEPTABLE. NOTE: TABLE MUST BE INDIVIDUALLY PACKED! NO MULTI-PACKS!! QUANTITY: 1 EA UNIT PRICE: ___________________ TOTAL PRICE: _________________ REQUIRED DELIVERY DATE: 01/27/14 PROMISED DELIVERY DATE: ________________ ITEM 0004: BERTH, CREW, 3 HIGH, SINGLE UNIT WITH LOCKER UNDER, ALUMINUM, UNIT SHALL BE CONSTRUCTED IN ACCORDANCE WITH COAST GUARD DRAWING FL 3306-31, COMPLETE WITH LEE RAILS (PROVIDED UNATTACHED SO BERTH CAN BE USED AS RIGHT OR LEFT HAND). UNIT SHALL BE COMPLETE WITH ALL COMPONENTS EXCEPT STANCION SYSEM, UPPER AND LOWER DECK CLIPS AND STANCHION HARDWARE. FINISH BAKED ENAMEL, COLOR # 23618 TAN IN ACCORDANCE WITH FED. STD. 595B, POWDER COATING IN ACCORDANCE WITH MIL-PRF-24712A TYPE I, II CLASS 1 IS ACCEPTABLE. NOTE: BERTH MUST BE INDIVIDUALLY PACKAGED! NO MULTI-PACKS. QUANTITY: 4 EA UNIT PRICE: ___________________ TOTAL PRICE: _________________ REQUIRED DELIVERY DATE: 01/27/14 PROMISED DELIVERY DATE: ________________ ITEM 0005: BERTH, CREW, 3 HIGH, SINGLE UNIT WITH LOCKER UNDER, ALUMINUM, UNIT SHALL BE CONSTRUCTED IN ACCORDANCE WITH COAST GUARD DRAWING FL 3306-31, 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 STANCION SYSEM, UPPER AND LOWER DECK CLIPS AND STANCHION HARDWARE. FINISH BAKED ENAMEL, COLOR # 23617 TAN IN ACCORDANCE WITH FED. STD. 595B, POWDER COATING IN ACCORDANCE WITH MIL-PRF-24712A TYPE I, II CLASS 1 IS ACCEPTABLE. NOTE: BERTH MUST BE INDIVIDUALLY PACKAGED! NO MULTI-PACKS. QUANTITY: 10 EA UNIT PRICE: ___________________ TOTAL PRICE: _________________ REQUIRED DELIVERY DATE: 01/27/14 PROMISED DELIVERY DATE: ________________ ITEM 0006: LOCKER, CLOTHING, 18" WIDE. LEFT HAND DOOR, ALUMINUM, LESS SUB-BASE, CONSTRUCTED IN ACCORDANCE WITH COAST GUARD DRAWING FL-3306-29, TYPE B, FINISH TO BE BAKED ENAMEL, COLOR TO BE IN ACCORDANCE WITH FED. STD. 595B, COLOR # 23617. POWDER COATING IN ACCORDANCE WITH MIL-PRF-24712A TYPE I, II CLASS 1 IS ACCEPTABLE. NOTE: LOCKER MUST BE INDIVIDUALLY PACKAGED! NO MULTI-PACKS. QUANTITY: 17 EA UNIT PRICE: ___________________ TOTAL PRICE: _________________ REQUIRED DELIVERY DATE: 01/27/14 PROMISED DELIVERY DATE: ________________ ITEM 0007: LOCKER, CLOTHING, 18" WIDE. RIGHT HAND DOOR, ALUMINUM, LESS SUB-BASE, CONSTRUCTED IN ACCORDANCE WITH COAST GUARD DRAWING FL-3306-29, TYPE B, FINISH TO BE BAKED ENAMEL, COLOR TO BE IN ACCORDANCE WITH FED. STD. 595B, COLOR # 23617, TAN. POWDER COATING IN ACCORDANCE WITH MIL-PRF-24712A TYPE I, II CLASS 1 IS ACCEPTABLE. NOTE: LOCKER MUST BE INDIVIDUALLY PACKAGED! NO MULTI-PACKS. QUANTITY: 25 EA UNIT PRICE: ___________________ TOTAL PRICE: _________________ REQUIRED DELIVERY DATE: 01/27/14 ITEM 0008: TABLE, LOW, ALUMINUM, TYPE B, TO BE CONSTRUCTED IN ACCORDANCE WITH COAST GUARD FLEET DRAWING FL-3306-25, SHEET 8, EXCEPT SIZE TO BE 21 ½" X 16" X 28" H, PAINT TO BE IN ACCORDANCE WITH FED. STD. 595A, COLOR # 23618 BEIGE. POWDER COATED IN ACCORDANCE WITH MIL. PRF-24712A TYPE I, II, CLASS 1 IS ACCEPTABLE. NOTE: TABLE MUST BE INDIVIDUALLY PACKAGED! NO MULTI-PACKS. QUANTITY: 1 EA UNIT PRICE: ___________________ TOTAL PRICE: _________________ REQUIRED DELIVERY DATE: 01/27/14 ITEM 0009: STYLE, CLOSET, 6" WIDE X 1 1/16" THICK X 96" H, STAINLESS STEEL, USED IN SANITARY SPACES, FABRICATE IN ACCORDANCE WITH NAVSEA DWG. # 505-7101179, PIECE #32, SHEET 25 (INCLUDE GENERAL NOTES SHEET #2 AND #3 FOR REFERENCE). NOTE: STYLE CLOSET MUST BE INDIVIDUALLY PACKAGED! NO MULTI-PACKS. QUANTITY: 2 EA UNIT PRICE: ___________________ TOTAL PRICE: _________________ REQUIRED DELIVERY DATE: 01/27/14 ITEM 0010: STYLE, CLOSET, 3" WIDE X 1 1/16" THICK X 96" H, STAINLESS STEEL, USED IN SANITARY SPACES, FABRICATE IN ACCORDANCE WITH NAVSEA DWG. # 505-7101179, PIECE #33, SHEET 35 (INCLUDE GENERAL NOTES SHEET #2 AND #3 FOR REFERENCE). NOTE: STYLE CLOSET MUST BE INDIVIDUALLY PACKAGED! NO MULTI-PACKS. QUANTITY: 4 EA UNIT PRICE: ___________________ TOTAL PRICE: _________________ REQUIRED DELIVERY DATE: 01/27/14 PACKAGING SPECIFICATIONS: EACH ITEM AS DEFINED BY ITS UNIT OF ISSUE, MUST BE INDIVIDUALLY PACKAGED IN ITS OWN FIBERBOARD SHIPPING CONTAINER. (THE SHIPPING CONTAINER SHALL BE IN ACCORDANCE WITH FED. SPEC. ASTM-D5118 AND ASTM-D-1974). THE COMPLETE LINE ITEM SHALL FIT THE CONTAINER OR BE FITTED WITH SUFFICIENT BLOCKING TO PREVENT SHIFTING DURING SHIPPING AND HANDLING. ALL COMPONENTS THAT MAKE UP THIS LINE ITEM, INCLUDING MOUNTING HARDWARE MUST BE PLACED IN THE CONTAINER AND SECURED IN SUCH A MANNER THAT PIECES DO NOT BECOME SEPARATED. IN THE EVENT AN ITEM (AS DEFINED BY THE UNIT OF ISSUE) WILL NOT PHYSICALLY FIT INTO ONE CONTAINER ADDITIONAL SHIPPING CONTAINERS (MEETING REQUIREMENTS STATED ABOVE) SHALL BE USED. PRESERVATION: (FOR FINISHED FURNITURE ONLY) THE ONLY PRESERVATION THAT SHOULD BE REQUIRED WOULD BE AS NEEDED TO PROTECT ANY FINISHED SURFACE FROM SCRATCHES OR DAMAGE RESULTING FROM CONTACT WITH INTERNAL BLOCKING OR BRACING OR ANYTHING INSIDE THE SHIPPING CONTAINER. MARKINGS: EACH CONTAINER OR BOX SHALL BE MARKED WITH: ITEM NAME, STOCK NO., MFG. PART NO., CAGE CODE (IF KNOWN), CONTRACT NO. AND QUANTITY OF SAME LINE ITEMS PACKED IN THE SHIPPING CONTAINER, AND DATE IN PRINTED BLACK BLOCK LETTERS MIN 1" HIGH. PLACE OF DELIVERY: U.S. Coast Guard, Surface Forces Logistics Center, 2401 Hawkins Point Road, Bldg. 88 - Receiving Room, Baltimore, MD 21226. QUOTE PRICES: FOB DESTINATION. PREPARATION FOR DELIVERY: All material shipped to the U.S. Coast Guard Surface Forces Logistics Center, Bldg. 88, Receiving Room, 2401 Hawkins Point Road, Baltimore, MD 21226 on a purchase order must be accompanied by an itemized packing list securely attached to the outside of the package. All packing lists shall cite the Purchase Order Number with the package in such a manner as to provide identification. Material shall be packed for shipment in such a manner as to afford adequate protection to the item against corrosion, deterioration, and physical damage during shipment from the supply source to destination. Package shall also provide adequate protection for warehouse storage and multiple shipments. All shipments shall have the purchase order number, stock number (if applicable) and vendor name and part number clearly marked on the exterior of the package. All deliveries are to be made Monday through Friday between the hours of 7:00 AM and 1:00 PM. GOVERNMENT ACCEPTANCE: Acceptance will be made at destination by a Government representative. Acceptance will be contingent upon the representative's verification of no damage in transit, correctness and completeness of order and contractor's conformance to reservation/packaging, packing and marking requirements. NOTICE FOR FILING AGENCY PROTESTS United States Coast Guard Ombudsman Program It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the Government Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the Contracting Officer or Ombudsman. Informal Forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the applicable Contracting Officer. If the Contracting Officer is unable to satisfy their concerns, interested parties are encouraged to contact the U.S. Coast Guard Ombudsman for Agency Protests. Under this informal process the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, Contracting Officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the Contracting Officer through open and frank discussions. If the protester's concerns are unresolved, an Independent Review is available by the Ombudsman. The protester may file a formal agency protest to either the Contracting Officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103(d) (2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. To be timely protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted to: COMMANDANT (CG-9131) U S COAST GUARD OMBUDSMAN PROGRAM FOR AGENCY PROTESTS 2100 2ND ST SW STOP 7112 WASHINGTON DC 20593-7112 The Ombudsman Hotline telephone number is 202.372.3695. (vi) The following FAR clauses apply to this solicitation. To review the following clauses in full text please go to www.arnet.gov/far and http://www.dhs.gov/dhspublic/interapp/editorial/editorial_0378.xml. FAR 52.212-1 Instructions to Offerors-Commercial Items (Jul 2013). 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: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number and 6) Pricing, and Delivery information,. (7) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer (Jul 2013). (vii) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2013) - An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at www.sam.gov If an offeror has not completed the annual representations and certifications electronically at the SAM website, the offeror shall complete only paragraphs (c) through (o) of this provision which can be obtained electronically at http://www.arnet.gov/far. (viii) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2013) applies to this acquisition. The following addendum applies: Address for submission of invoices is U.S. Coast Guard YARD, P.O. Box 4122, Chesapeake, VA 23327-4122. (ix) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Aug 2013) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (July 2013) (Pub. L. 109-282)(31 U.S.C. 6101 note). (2)52.204-99, System for Award Management Registration (Aug 2012)(DEVIATION) Definitions as used in this clause - "Central Contractor Registration (CCR) database" means the retired primary Government repository for Contractor Information required for the conduct of business with the Government. (3)52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). (ii) Alternate I (Nov 2011) of 52.219-6. (iii) Alternate II (Nov 2011) of 52.219-6. (4)52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a)(2)). (5)52.222-3, Convict Labor (June 2003) (E.O. 11755). (6) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126). (7) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (8) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (9) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (10) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). (11) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (12) 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). (13) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Jul 2013) (31 U.S.C. 3332). (x) QUOTE ARE DUE BY 12:00 NOON (EST) ON OR BEFORE, TUESDAY,10 SEPTEMBER 2013. QUOTE ARE TO BE SUBMITTED TO KATHLEEN.M.LECHERT@USCG.MIL. (xi) Contractors are responsible for verifying receipt of quotes. (xii) POC is Kathy Lechert, Purchasing Agent, 410-762-6920.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-13-Q-61471/listing.html)
 
Record
SN03164960-W 20130829/130828000346-3fcf46570f068f57963b5c08825246ba (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.