SOLICITATION NOTICE
61 -- HSCG44-14-Q-PC5010
- Notice Date
- 3/21/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335931
— Current-Carrying Wiring Device Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (C2CEN), USCG Command and Control Engineering Center, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23703-2199, United States
- ZIP Code
- 23703-2199
- Solicitation Number
- HSCG44-14-Q-PC5010
- Archive Date
- 4/11/2014
- Point of Contact
- James A Lassiter, Phone: (757)686-2149
- E-Mail Address
-
james.a.lassiter@uscg.mil
(james.a.lassiter@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplement with additional information in this notice. This announcement constitutes the only solicitation and no other solicitation document will be issued. This solicitation is issued as a Request for Quote number RFQ HSCG44-14-Q-PC5010. This number is for tracking purposes only. Solicitation documents and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-72. This procurement will be processed in accordance with FAR Part 12 and 13. The North American Industry Classification System (NAICS) is 335931. The SBA size standard is 500 Employees. This Is A Small Business Set-A-Side. The USCG Command, Control and Communications Engineering Center (C3CEN) Portsmouth, VA. 23703 for the purchase of Electrical Equipment. The Coast Guard does not own nor can they obtain specifications, drawings, plans or other technical data for these items. Request for drawings/specs will be disregarded. Items are to be new items. Used or Refurbished items are not acceptable. Any Offerors that can provide the items as requested are encouraged to provide a Firm Fixed Price Quotation IRT this FedBizOpps RFQ Solicitation. The government intends to award a contract resulting from this solicitation to the responsible bidder proposal conforming to the solicitation which will be most advantageous and Best Value to the Government, price and other factors considered. The Required Delivery Date is 30 Days ARO. Unless otherwise stated all items will be required to be shipped to the USCG C3CEN 4000 Coast Guard Blvd, Portsmouth, VA 23703. *PLEASE NOTE* Interested Offeror's are to provide Firm Fixed Price Proposals with Delivery Information by Mar 27, 2014 @ 7:00AM EST. Delivery Information is to include the Shipping Terms the Offeror is proposing, FOB Origin or FOB Destination. Destination is preferred by USCG/GOV. If proposing FOB Origin, provide Shipping cost as a separate line item. FIRM FIXED Price Proposals may be submitted on company letterhead stationery and must include the following information: Cost Breakdown, Unit Price, Extended Price, Payment Terms, discount offered for prompt payment, Company DUNS and Cage Code. Email quotes to the POC William Bossa, Contracting Specialist, William.D.Bossa2@uscg.mil. Anticipated Award Date for the PO Contract is Mar/27/2014, this date is approximate and not exact. PLEASE NOTE: THIS IS A SMALL BUSINESS SET-A-SIDE. IAW FAR 52.219-6 Notice of Small Business Set-A-Side INSPECTION AND ACCEPTANCE: The Contractor shall only tender for acceptance those Items that conform to the requirements of this Order/Contract. The Government/USCG reserves the right to Inspect or Test any Supplies or Services that have been tendered for Acceptance. The Government may require repair or replacement of nonconforming supplies or reperformance of nonconforming Services at no increase in contract price. If repair/replacement or reperformance will not correct the defects or is not possible, the Government/USCG may seek an equitable price reduction or adequate consideration for acceptance of nonconforming supplies or services. The Government must exercise its post-acceptance rights- (1) Within a reasonable time after the defect was discovered or should have been discovered; and (2) Before any substantial change occurs in the condition of the item, unless the change is due to the defect in the item. Final Inspection and Acceptance, will be performed by Gov/USCG Authorized Personnel at the point and location of Destination as stated on the Order/Contract, unless otherwise stated on the Order/Contract. Schedule B: Line Item 1: Eighteen (18) Each of: LW-LUSIO-ES-2MS-50-FP-BAFN. Line Item 2: One (1) Each of: HOFF A1212CHNFSS NEMA4X SS JIC BOX. Line Item 3: One (1) Each of: HOFF A12P12 BACKPLANE PANEL ONLY. Line Item 4: One (1) Each of: SIEA P3054B3200CU PWR PANEL 3PH LC 30S 54C MB 200A CU INDOOR. Line Item 5: One (1) Each of: ITE Q370 BREAKER 70A 3P 240V 10K QP. Line Item 6: One (1) Each of: ITE Q250 BREAKER 50A 2P 120/240V 10K QP. Line Item 7: One (1) Each of: ITE Q320 BREAKER 20A 3P 240V 10K QP. Line Item 8: Twelve (12) Each of: ITE Q120 BREAKER 20A 1P 120V 10K QP. Line Item 9: One (1) Each of: ITE W0303ML3100 AC DISCONNECT 3CKT BOLT ON P43W 100A N3R ENCL. Line Item 10: One (1) Each of: ITE Q370 BREAKER 70A 3P 240V 10K QP. Line Item 11: Two (2) Each of: LITH ELM 627 6V EMER LT W/ REMOTE CAPABILITY QUANTUM THERMOPLASTIC UNIT. Line Item 12: Two (2) Each of: LITH ELA-Q-L0304-M12 EMR LITE SINGLE LED REMOTE HEAD WHITE. Line Item 13: One (1) Each of: P-STRUT PS500EH-10PG UNISTRUT 10FT HOLE CHL 13/ 16D QUANITY 70 FEET. Line Item 14: Two (2) Each of: HD- Hundred PWF 136002J #6-20 X ½ #2 PanPhlslfDrillz NO STOCK ON HEX HEAD, QUOTING PAN HEAD. Line Item 15: Two (2) Each of: HD-Hundred PWF 060034J #12 X 1 A HexHdTapscrZp. Line Item 16: One (1) Each of: ERC 613400 ¾ X 10 FT CU GROUND ROD. Line Item 17: One (1) Each of: ERC CP34 ½-3/4 IN ROD SIZE 8 AWG SOL TO STR GROUD ROD CLAMP. Line Item 18: One (1) Each of: ILSCO TA-6-S 14-6 ALCU LUG. Line Item 19: One (1) Each of: ILSCO TA-2 14-2 ALCU LUG. Line Item 20: One (1) Each of: WIC THHN 3/0 STR BLK MR TOTAL QTY 400FT. Line Item 21: One (1) Each of: WIC THHN 6 STR BLK 500R TOTAL QTY 500FT. Line Item 22: One (1) Each of: PVC 200P 2IN SCH40 PVC CONDUIT TOTAL 60FT. Line Item 23: One (1) Each of: PVCFIT 200P FA 2 IN PVC COND FEMALE ADAPTER TOTAL QTY 2. Line Item 24: One (1) Each of: MOR 40436S QUART PVC GLUE CLEAR. Line Item 25: One (1) Each of: GAL 200G 2IN GALV CONDUIT TOTAL QTY 30 FEET. Line Item 26: Two (2) Each of: CRS GASK576 2-IN NEO BODY GASKET. Line Item 27: Two (2) Each of: CRS 670 2-IN STL COND BODY COVER. Line Item 28: Two (2) Each of: Myers ST6 2-IN ZINC INS HUB. Line Item 29: Two (2) Each of: ARL 445 2-IN PLSTC INS BUSHING. Line Item 30: One (1) Each of: ARL 406 2-IN STEEL LOCKNUT TOTAL QTY 4. Line Item 31: One (1) Each of: GEA TQD32200WL 3P-240-200A CB. Line Item 32: One (1) Each of: GEA ACTMQD3P DBL MTD MOUNTING KIT. Line Item 33: Five (5) Each of: HF-Hundred Feet EMT 012E ½ IN EMT CONDUIT 10 FT TOTAL QTY 500FT. Line Item 34: One (1) Each of: LL-Fifty CRS 461 ¾ STL S/SCR EMT CPLG TOTAL QTY 50. Line Item 35: One (1) Each of: LL-Fifty CRS 451 ¾ STL S/SCR EMT CONN TOTAL QTY 50. Line Item 36: One (1) Each of: HD-Hundred ARL 370 ½ 1H STL EMT STRAP TOTAL QTY 100. Line Item 37: One (1) Each of: AV-Twenty Five THEP TP434 4SQ 2-1/8d BOX JUCTION. Line Item 38: One (1) Each of: SE-Set THEP TP472 4SQ FLAT BLANK COVER. Line Item 39: One (1) Each of: SE-Set MULB 11402 4 in SQ ½ RSD 1DPLX CVR. Line Item 40: One (1) Each of: MF-Thousand Feet WIC THHN 12 SOL BLK 500R. Line Item 41: One (1) Each of: MF-Thousand Feet WIC THHN 12 SOL RED 500R. Line Item 42: One (1) Each of: MF-Thousand Feet WIC THHN 12 SOL BLU 500R. Line Item 43: One (1) Each of: MF-Thousand Feet WIC THHN 12 SOL WHT 500R. Line Item 44: One (1) Each of: SE-Set P&S CR20 SIDE WIRE BROWN. Line Item 45: Two (2) Each of: INT-MAT WP1110C 1G VERT/HOR WP CVR. Line Item 46: One (1) Each of: SE-Set MULB 30203 WP ALUM BOX W/LUG. Line Item 47: One (1) Each of: AA-Two Hundred Fifty MC Cable 12/2 W/GRD 250C. Line Item 48: One (1) Each of: HD-Hundred ARL AS0 14/2-12/2 ANTI-SHORT BUSH. Line Item 49: One (1) Each of: VC-Five Hundred WIC. THHN 8 STR BLK 500R. Line Item 50: One (1) Each of: EMT 100E 1IN EMT CONDUIT 10 FT. Line item 51: One (1) Each of: CRS 462 1-IN STL S/SCR EMT CPLG. Line Item 52: One (1) Each of: ARL 342 1-IN STEEL COND. Line Item 53: One (1) Each of: 5WIC. THHN 4 STTR BLK 500R Line Item 54: One (1) Each of: EMT 114E 1-1/4 IN EMT CONDUIT Line Item 55: One (1) Each of: EML 114E90 1-1/4 EMT ELB 90D Line Item 56: One (1) Each of: CRS 463 1-1/4 STL S/S EMT CPLG Line Item 57: One (1) Each of: CRS 453 1-1/4 STL S/S EMT CONN Line Item 58: One (1) Each of: 1-1/4 SLTITE.LT2ULM MGTAC SLEEVED 2IN US SEALTIGHT REEL 100 FT. Line Item 59: One (1) Each of: ARL LT125 1-1/4 STR L/T FLEX CONN Line Item 60: One (1) Each of: ITE EGK 44CONN AL GROUND BUS Line Item 61: One (1) Each of: ILSCO TA-0 14-1/0 ALCU LUG Line Item 62: Two (2) Each of: CRS LB67 2-IN LB CONDUIT BODY Line Item 63: One (1) Each of: P&S 2095 GCFI RECAP 20A 120V 20A FEED THRU Line Item 64: One (1) Each of: Fifty ARL 840 3/8 MC-BX CONN W/SQR Line Item 65: One (1) Each of: WIC THHN 10 SOL BLK 500R Line Item 66: One (1) Each of: CRS 452 1-IN STL S/SCR EMT CONN Line item 67: Eighteen (18) Each of: LW-LUSIO-ES-2MS-50-FP-BAFN Line Item 68: One (1) Each of: Freight (If Applicable) Total Cost:______________________ The Following FAR Provisions apply to this Acquisition FAR 52.212-1 Instructions to Offerors-Commercial Items (JUL 2013), FAR 52.212-2 Evaluation-Commercial Items (JAN 1999)- award will be made to the Offeror proposing the Best Value to the Government considering specification, price, delivery, and past performance, and quality. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2013) to include Alt I (APR 2011). 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 FAR 52.212-4 Contract Terms and Conditions -Commercial Items (SEP 2013) with the following addendas: FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders Commercial Items (JAN 2014), FAR 52.252-2 Clauses Incorporated by Reference (FEB 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 Central Contractor Registration (CCR) (JUL 2013). Contractors are located and identified in CCR by their DUNS number. To facilitate payment via Electronic Funds Transfer - CCR, contractors should be registered in the CCR. A DUNS Number can be obtained via www.dnb.com and CCR registration can be obtained via www.ccr.dlis.dla.mil The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract. FAR 52.222-50 Combating Trafficking in Persons (FEB 2009) FAR 52.233-3 Protest After Award (AUG 1996) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.222-3 Convict Labor (June 2003) FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2014) (E.O. 13126), FAR 52.222-21 Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26 Equal Opportunity (MAR 2007) (E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2010) (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2010) (38 U.S.C. 4212), FAR 52.223-18 Contractor Policy to Ban Text Messaging While Driving (AUG 2011) FAR 52.225-1 Buy American Act-Supplies (FEB 2009) FAR 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.12722, 12724, 13059.13067,13121, and 13129) FAR52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (JUL 2013) (31 U.S.C. 3332) The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far; 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/C2EC/HSCG44-14-Q-PC5010/listing.html)
- Record
- SN03317563-W 20140323/140321235551-260baecefe586f818407d1e6d4e4d0ad (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 |