SOLICITATION NOTICE
20 -- Junction Box - Required Documents
- Notice Date
- 7/1/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component 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
- 2115405B830400007
- Point of Contact
- Ramona E. Hatfield, Phone: 4107626101
- E-Mail Address
-
Ramona.E.Hatfield@uscg.mil
(Ramona.E.Hatfield@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Specification MUST be submitted as part of your quote MUST be submitted as part of your quote (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 HSCG40-15-Q-60213 applies, and is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-82 effective, 25 July 2014. (iii) 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 335999 for this requirement. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. (iv) The U.S. Coast Guard, Surface Forces Logistics Center (SFLC) intends to award a Firm Fixed Price Purchase Order. Award will be made on an all or none basis and lowest technically acceptable price. (v) The United States Coast Guard Surface Forces Logistics Center has a requirement for the following items: BUOY MOUNTED JUNCTION BOX ITEM 1: NSN 5975-01-512-6240 DESCRIPTION: BUOY MOUNTED JUNCTION BOX. USED TO CONNECT SOLAR PANELS, BATTERIES, AND LOADS IN INSTALLATIONS WITH MULTIPLE SOLAR PANELS. DIMENSIONS; MINIMUM: 10 INCHES LONG, 6 INCHES WIDE, 3 INCHES HIGH. MAXIMUM: 11 INCHES LONG, 7 INCHES WIDE, 4 INCHES HIGH. WATERTIGHT TWO PIECE MOLDED GLASS REINFORCED POLYESTER WITH A POURED SILICON GASKET AND REMOVABLE LID SECURED WITH CAPTIVE STAINLESS STEEL HARDWARE. TO BE MADE IAW SPECIFICATION P-422-0428. EACH ITEM TO BE INDIVIDUALLY PACKAGED IAW ASTM D 3951. EACH ITEM TO BE INDIVIDUALLY MARKED IAW MIL-STD-129. BAR CODING IAW AIM BC 1 IS REQUIRED PART NUMBER: BMJB1174 QUANTITY _110_ Unit of Issue: __EA__ UNIT PRICE: _______TOTAL:_____________ REQUIRED DELIVERY DATE ON OR BEFORE:____15 August 15_OR SOONEST__ PROMISED DELIVERY DATE:______________________ NOTE: All items are to be individually packed, and marked in accordance with below instructions. EACH ITEM TO BE INDIVIDUALLY PACKAGED IAW ASTM D 3951. EACH ITEM TO BE INDIVIDUALLY MARKED IAW MIL-STD-129. BAR CODING IAW AIM BC 1 IS REQUIRED QUESTIONS PERTAINING TO THIS RFQ SHOULD BE DIRECTED TO: RAMONA HATFIELD at RAMONA.E.HATFIELD@USCG.MIL (vi) PLACE OF DELIVERY: U.S. Coast Guard, Surface Forces Logistics Center, 2401 Hawkins Point Road, Bldg. 88 Receiving Rm., Baltimore, MD 21226. All deliveries are to be made Monday through Friday between the hours of 7:00 AM and 1:00 PM EST. 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 this 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 manner as to afford adequate protection to the item against corrosion, deterioration, and physical damage during shipment to Surface Forces Logistics Center locations. Package shall all provide adequate protection for warehouse storage and multiple shipments. All packages shall have the Purchase Order Number, Stock number (if applicable) and Vendor name and Part Number clearly marked on the exterior of the package. EACH ITEM TO BE INDIVIDUALLY PACKAGED IAW ASTM D 3951. EACH ITEM TO BE INDIVIDUALLY MARKED IAW MIL-STD-129. BAR CODING IAW AIM BC 1 IS REQUIRED **FAILURE TO COMPLY WITH ALL PACKAGING AND MARKING REQUIREMENTS WILL RESULT IN MATERIAL BEING RETURNED, AT VENDORS EXPENSE, FOR CORRECTION.** All deliveries are to be made Monday through Friday between the hours of 7:00 A.M. and 1:00 P.M. *PLEASE NOTE - NEW RECEIVING HOURS* 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. (vii) 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 (Apr 2014). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or email. As a minimum, offers must show: (1) The solicitation number (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price. Delivery information and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. (12) Dun & Bradstreet number. (viii) FAR 52.212-2 Evaluation-Commercial Items (Oct 2014). - This is a commercial item acquisition. The evaluation and award procedures in FAR 13.106 apply. The following evaluation factors shall be considered: The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: The Government will evaluate offers based on lowest technically acceptable price.. (ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2015) - The offeror shall complete only paragraphs (b) of this provision if the Offeror has completed the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.acquisition.gov. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (p) of this provision (x) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 2015) applies to this acquisition. The following addendum applies: Address for submission of invoices is U.S. Coast Guard, P.O. Box 4122, Chesapeake, VA 23327-4122, Phone 757-523-6940 or Email address for submission of invoices is FIN-SMB-YARDTEAM@USCG.MIL. (xi) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (May 2015) (xii) FAR 52.213-4 Terms and Conditions - Simplified Acquisitions (Other Than Commercial Item). (xiii) The Contractor shall comply with the FAR clauses which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (22) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a) (2)). (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). (31) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (ii) Alternate I (Mar 2015) of 52.222-50, (22 U.S.C. chapter 78 and E.O. 13627). (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). (41) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). (44) 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). (50) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). (xiv) 52.246-2 -- Inspection of Supplies -- Fixed-Price. (Aug. 1996) (xv) Quotes are due by 10 July 2015 @ 2:00 PM EST. The form entitled REQUIRED FORM is the preferred form to submit your quotes along with the SF 1449. Questions and quotes may be emailed to RAMONA.E.HATFIELD@USCG.MIL. Contractors are responsible for verifying receipt of quotes. (xvi) POC is Ramona Hatfield, Purchasing Agent, 410-762-6101. Questions regarding this Request For Quote need to be submitted in writing to RAMONA.E.HATFIELD@USCG.MIL by 6 July 2015.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/2115405B830400007/listing.html)
- Place of Performance
- Address: USCG, SFLC, 2401 HAWKINS POINT RD, BALTIMORE, Maryland, 21226, United States
- Zip Code: 21226
- Zip Code: 21226
- Record
- SN03783166-W 20150703/150701235939-f6bd3444031d7ca96f204a097d9878ec (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 |