Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 18, 2015 FBO #4985
SOLICITATION NOTICE

20 -- PORTLIGHT - Required information

Notice Date
7/16/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product 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
HSCG40-15-Q-61715
 
Archive Date
8/6/2015
 
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 Delivery Instructions 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 HSCG40-15-Q-61715 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 2005-83 (2 Jul 2015). (iv) This procurement is 100% set aside for small business. The North American Industry Classification System (NAICS) code is 332999 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, ASN: 2040-01-LG0-8273, P/N: FREEMAN SERIES 900 OR EQUAL, PORTLIGHT, 12" DIA, WELD-IN FIXED, STEEL WELD ON FIXED (NON-OPENING) LIGHTS 3"H STEEL WELD IN FRAMES, ¾" THICK TEMPEREED CLEAR MONLITHIC GLASS BRASS TOP RETAINING RINGS (WATERTIGHT) HINGE ASSEMBLIES, ALUMINIUM COVERS, (2) BRONZE BELL NUT AND SCREW ASSEMBLIES LOCATED ON EACH FIXED LIGHT 13" SPIGOT DIAMETER. QUANTITY 15 EA. DESIRED DELIVERY DATE IS 9/10/2015 OR INIDICATE YOUR BEST DELIVERY DATE_____________ PACKAGING SPECIFICATIONS: IMPORTANT! EACH ITEM SHALL BE INDIVIDUALLY PACKAGED IN ACCORDANCE WITH THE COAST GUARD "UNIT OF ISSUE". ACCEPTABLE METHOD OF THE PACKAGE IS COMMERCIAL PACKAGING, DEFINED AS THE WAY ITEMS ARE PACKAGED, SOLD, AND SHIPPED TO THE PUBLIC OVER THE COUNTER PROVIDING IT IS PACKAGED IAW COAST GUARD "UNIT OF ISSUE". SMALLER ITEMS (BOLTS/SCREWS) CAN BE MULTIPACKED IN ONE PACKAGE/CONTAINER PROVIDING ITS CORRECTLY MARKED. EXAMPLE: A BOLT HAS CG UNIT OF ISSUE OF "EA". WE ORDER 150 EA. ITS ACCEPTABLE TO SHIP A MULTI-PACKAGE/CONTAINER WITH 10, 25 OR 50 AS LONG AS THAT PACKAGE IIS MARKED IAW MARKING REQUIREMENTS BELOW. MARKING REQUIREMENTS: ALL PACKAGES, BOXS OR CONTAINERS SHALL BE CLEARLY MARKED / LABELED IN CLEAR LETTERING WITH THE FOLLOWING NOMENCLATURE: ITEM NOUN NAME, OUR STOCK NUMBER (13 DIGIT), MFG PART NO., CAGE CODE (IF KNOWN), PURCHASE ORDER / CONTRACT NUMBER, UNIT OF ISSUE, QUANTITY. IF ALL PARTS OF THE ITEM REQUESTED ARE NOT PACKAGED IN ONE CONTAINER, EACH CONTAINER SHALL BE MARKED PART 1 OF 2, PART 2 OF 2. AND ANY ADDITIONAL MARKING AS DIRECTED BY PROCUREMENT AGENT. FAILURE TO COMPLY WITH ALL PACKAGING AND MARKING REQUIREMENTS WILL RESULT IN MATERIAL BEING RETURNED AT VENDORS EXPENSE FOR CORRECTION. BAR CODING NOT REQUIRED! (vi) Place of Delivery is: Surface Forces Logistics Center, Receiving room-BLDG. 88, 2401 Hawkins Point Road, Baltimore, MD 21226. **** Please quote prices FOB Destination. **** (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 (Apr 2014). 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 g) performance history including: contract number, point of contact and the contact information. h) 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 SAMS (System for Award Management: www.sam.gov), verification by the applicable vendor is needed to evidence that the record is current and valid. (viii) 52.212-2 Evaluation-Commercial Items (Oct. 2014). - The evaluation and award procedures in FAR 13.106 apply. 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. This is a commercial item acquisition. Award will be lowest technically acceptable. (ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2015) with Alt 1 included are to be submitted with your offers. (x) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 2014) applies to this acquisition. (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (May 2015). 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 (Jul 2013) (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 (Jan 2014) (EO 11755) e. 52.222-21 Prohibition of Segregated Facilities (Apr 2015) f. 52.222-26 Equal Opportunity (Apr 2015)(E.O. 11246) g. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug. 2011) (E.O. 13513). h. 52.222-50 Combating Trafficking in Persons (Mar 2015) i. 52.225-1 Buy American Act- Supplies (May 2014) (41 U.S.C. 10a-10d) j. 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). k. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Jul 2013)(31.S.C. 3332). l. 52.233-3 Protest after award (Aug. 1996.) m. 52.233-4 Applicable Law for Breach of Contract Chain (Oct.2004). n. 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 4:00 PM EST on MON. 07/20/2015. QUOTES ARE DUE BY 4:00pm PM EST on WED. 07/22/2015. 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/HSCG40-15-Q-61715/listing.html)
 
Record
SN03800106-W 20150718/150716235831-60190727878e219f95de1fd4f120ea14 (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.