SOLICITATION NOTICE
40 -- Mooring Line
- Notice Date
- 8/25/2014
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 314994
— Rope, Cordage, Twine, Tire Cord, and Tire Fabric Mills
- 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
- 2114854XHF192
- Archive Date
- 10/31/2014
- Point of Contact
- Mark T. Tahtinen, Phone: 843-371-6535
- E-Mail Address
-
mark.t.tahtinen@uscg.mil
(mark.t.tahtinen@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- BEST VALUE CRITERIA AWARD OF THIS REQUIREMENT SHALL BE MADE TO THE VENDOR WHOSE PROPOSAL OFFERS THE GREATEST VALUE TO THE GOVERNMENT. TECHNICAL FACTORS, PAST PERFORMANCE ARE MORE IMPORTANT THAN PRICE. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format prescribed in Subpart 12.6 of the Federal Acquisition Regulation (FAR), 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. The solicitation number is 21-14-854XHF192, and it is being issued as a request for quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-24. NAICS 314991 applies. The Small Business Competitiveness Demonstration Program is not applicable. This is a small business set-aside. USCGC HAMILTON (WMSL 753), Pascagoula, MS intends to award a firm fixed price purchase order for MOORING LINES. Provide EIGHT (8) each 12 strand braided mooring lines, 1 inches in diameter x 250 foot coil with 6 foot eyes spliced at each end. Eyes to be protected with cordura chafe gear. Average strength 72,000 lbs; And Provide TWO (2) each 12 strand braided mooring lines, 1 inches in diameter x 400 foot coil with 6 foot eyes spliced at each end. Eyes to be protected with cordura chafe gear. Average strength 72,000 lbs. The lines cannot be larger than 1" in diameter to fit on the existing mooring bits onboard the vessel. The lines must be 250' long with 6' eyes in each end with CORDURA CHAFFING Protection on each eye to prevent accelerated wear. 4. The lines must be delivered to USCGC HAMILTON (WMSL 753), ATTN: COSAL, 2000 JERRY ST PE HWY, Pascagoula, MS 39567 NO LATER THAN 25 SEPTEMBER 2014. Mooring lines are required in Pascagoula, MS (Huntington Ingalls Shipbuiders). Please state shipping costs if applicable. If shipping is included in the cost of the item so state. Physical shipping address to be provided on contract award. SHIPPING Freight Charges to Pascagoula, MS 39567. The requested delivery date for the above items is 25 SEPT 2014. The delivery address zip code is 39567. Please provide the cost of freight charges if applicable. The following FAR provisions and clauses apply to this solicitation and are incorporated by reference: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors-Commercial Items; 52.212-3 Offeror Representations and Certifications-Commercial Items Alternate I. The offeror has completed the annual representations and certification electronically via the ORCA website at http://orca.bpn.gov. After reviewing the ORCA database information, the offeror verifies by submission of this offer that the representation and certifications currently posted electronically at FAR 52.212-3, Offeror Representations and certifications-Commercial Items, have been entered or updated in the last 12 months, are current, accurate, complete, and applicable to this solicitation (including the business size standard applicable to the NAICS code referenced for this solicitation), as of the date of this offer and are incorporated in this offer by reference); 52.212-4 Contract Terms and Conditions-Commercial Items; Addendum to 52.212-4 (q) Other Compliances applies: Federal Law and regulation require Government contractors to possess appropriate insurance coverage for their employees. The Government reserves the right to request evidence of appropriate insurance, including Longshoreman's and Harbor Workers' Compensation Act (LHWCA) coverage required to perform work on or near ships. (33 U.S.C. S903(a)). All policies shall contain an endorsement stating that any cancellation or material change in the coverage adversely affecting the Government's interest shall not be effective unless the Contractor provides written notice of the same to the Contracting Officer. Within 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders the following clauses apply and are incorporated by reference: 52.219-28 Post-Award Small Business Program Rerepresentation, 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-50 Combating Trafficking in Persons 52.225-13 Restrictions on Certain Foreign Purchases, and 52.232-33 Payment by Electronic Funds Transfer --Central Contractor Registration; and The following Defense FAR Supplement (DFARS) provisions and clauses apply to this solicitation and are incorporated by reference: 252.204-7004 Required Central Contractor Registration. Alternate A; 252.211-7003 or 252.211-7003 Alternate I Item Identification and Valuation; Within DFARS 252.212-7001 Contract Terms and Conditions Required To Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items the following clauses apply and are incorporated by reference: 252.225-7001 Buy American Act and Balance of Payment Program, 252.225-7000 Buy American Act--Balance of Payments Program Certificate, 252.232-7003 Electronic Submission of Payment Requests; and 252.247-7023 Transportation of Supplies by Sea Alternate III. The following additional clauses apply: 52.215-5 Facsimile Proposals (757) 443-5982. The following numbered notes apply to this requirement: none. At a minimum, responsible sources shall provide the following: a price proposal which identifies the requested item, with its unit price, extended price, total price, prompt payment terms, remittance address, Tax I.D. #, Duns #, and Cage Code. Responses to this solicitation are due by 15 SEP 2014 12:00 A.M. EASTERN TIME. Offers can be emailed to mark.t.tahtinen@uscg.mil - Attn: SKC Mark T. Tahtinen. Reference the solicitation number 21-14-854XHF192 on your quote.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/2114854XHF192/listing.html)
- Place of Performance
- Address: USCGC HAMILTON (WMSL 753), ATTN: COSAL, 2000 JERRY ST PE HWY, PASCAGOULA, Mississippi, 39567, United States
- Zip Code: 39567
- Zip Code: 39567
- Record
- SN03478857-W 20140827/140825235737-62f4abd327f54bb546d983f00edb6220 (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 |