Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 07, 2016 FBO #5340
SOLICITATION NOTICE

95 -- Steel - Required Documents

Notice Date
7/5/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423510 — Metal Service Centers and Other Metal Merchant Wholesalers
 
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
HSCG40-16-Q-61211
 
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
Total Small Business
 
Description
Required Document to be submitted with quote Required Document to be submitted with 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 HSCG40-16-Q-61211 applies, and is issued as a Small Business Set Aside, Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-88, effective, 15 June 2016. (iii) It is anticipated that a competitive price purchase order shall be awarded as a result of this synopsis/solicitation. This is a total small business set aside. The North American Industry Classification System (NAICS) code is 423510 and the small business standard is 500 employees 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: STEEL (96455 #1) ITEM 1:NSN 9515-00-952-6280 DESCRIPTION: STEEL, PLATE, 1/4" THK X 48" X 96", CARBON, HOT ROLLED, MILLED EDGE, ASTM A 36, 10.200 LB/SQ. FT. QUANTITY _4_ Unit of Issue: _PM_ UNIT PRICE: ____________ TOTAL:_____________ REQUESTED DELIVERY ON OR BEFORE:_1 August 16___ PROMISED DELIVERY DATE:______________________ (96456 #1) ITEM 2:NSN: 9515-00-288-6125 DESCRIPTION: STEEL, PLATE, 1" THICK X 5FT W X 10FT LONG, ASTM-A36, HOT ROLLED QUANTITY _1_ Unit of Issue: _PM_ UNIT PRICE: ____________ TOTAL:_____________ REQUESTED DELIVERY ON OR BEFORE:_1 August 16___ PROMISED DELIVERY DATE:______________________ (96462 #1) ITEM 3:Locally Generated Stock Number 9515-01-LG8-7664 DESCRIPTION: STEEL, PLATE, 1/2" X 96" X 240", CARBON, STRUCTURAL, ASTM-A36, 20.4 LB/SF. QUANTITY _3_ Unit of Issue: _PM__ UNIT PRICE: ____________ TOTAL:_____________ REQUESTED DELIVERY ON OR BEFORE:_1 August 16___ PROMISED DELIVERY DATE:______________________ (96471 #1) ITEM 4: NSN 9515-00-917-3655 DESCRIPTION: STEEL, PLATE, 3/8" X 48" X 96", HOT ROLLED, ASTM A36, 15.45 LB/SF, QUANTITY _8_ Unit of Issue: _PM_ UNIT PRICE: ____________ TOTAL:_____________ REQUESTED DELIVERY ON OR BEFORE:_1 August 16___ PROMISED DELIVERY DATE:______________________ (96561 #1) ITEM 5:Locally Generated Stock Number 9510-00-LG0-3559 DESCRIPTION: STEEL, ANGLE, 3" X 3" X 3/16" THK, STEEL, ASTM A-3.6 QUANTITY 200_ Unit of Issue: _FT_ UNIT PRICE: ____________ TOTAL:_____________ REQUESTED DELIVERY ON OR BEFORE:_1 August 16___ PROMISED DELIVERY DATE:______________________ (96554 #1) ITEM 6:Locally Generated Stock Number 9515-01-LG8-4270 DESCRIPTION: STEEL, PLATE, 3/16" X 96" X 240" LENGTH, HOT ROLLED, ASTM-A 572 GRADE 50. NOTE IF PLATE IS NOT READILY AVAILABLE - USE ABS GRADE A. - HOWEVER STATE WHICH YOU ARE QUOTING QUANTITY _4_ Unit of Issue: _PM_ UNIT PRICE: ____________ TOTAL:_____________ REQUESTED DELIVERY ON OR BEFORE:_1 August 16___ PROMISED DELIVERY DATE:______________________ (96666 #1) ITEM 7:Locally Generated Stock Number 9515-01-LG8-7662 DESCRIPTION: STEEL, PLATE, 1/4" X 96" X 240", CARBON, STRUCTURAL, ASTM-A36, 10.2 LB/SF. QUANTITY _4_ Unit of Issue: _PM_ UNIT PRICE: ____________ TOTAL:_____________ REQUESTED DELIVERY ON OR BEFORE:_1 August 16___ PROMISED DELIVERY DATE:______________________ (96684 #1) ITEM 8:NSN 9535-00-232-0370 DESCRIPTION: ALUMINUM, SHEET,.3/16" X 48" X 144", COLD ROLLED, 5052 QUANTITY 1_ Unit of Issue: SH_ UNIT PRICE: ____________ TOTAL:_____________ REQUESTED DELIVERY ON OR BEFORE:_1 August 16___ PROMISED DELIVERY DATE:______________________ (96769 #1) ITEM 9:Locally Generated Stock Number 9515-01-LG0-5351 DESCRIPTION: SST, PLATE, 1/4", 48" WIDE X 96" LENGTH, 316 STAINLESS STEEL, PERFORATED, 3/8" DIAMETER HOLES, 1/2" STAGGERED CENTERS. 9/16" STAGGERED CENTERS ARE ACCEPTABLE ! QUANTITY _1_ Unit of Issue: _PM_ UNIT PRICE: ____________ TOTAL:_____________ REQUESTED DELIVERY ON OR BEFORE:_1 August 16___ PROMISED DELIVERY DATE:______________________ NOTE: All items are to be individually packed, and marked in accordance with below instructions. A012 ALL SHIPMENTS AND DELIVERIES OF METAL PLATES MADE TO THE USCG YARD SHALL BE DELIVERED ON FLAT BED OR OPEN TOP TRAILERS; ANY SHIPMENT OF SINGLE OR MULTIPLES METAL PLATES SHALL REQUIRE SOME TYPE OF DUNNAGE. FOR ANY AND ALL TYPES OF METAL PLATES SUCH AS ALUMINUM, BRASS, BRONZE, COPPER, STEEL, STAINLESS STEEL, MONEL, ETC. FOR SMALL AND/ OR LARGE METAL PLATES OVERALL SIZES, 1 FT X 1 FT WIDE MINIMUM UP TO 8 FT X 29 FT LENGTH MAXIMUM. METAL PLATES THICKNESS OF SIZES 1/4" THICK MINIMUM TO 6" AND OVER SHALL REQUIRE DUNNAGE BETWEEN THE PLATES. ALL DELIVERIES OF METAL PLATES 1/4" THICK TO 6" AND OVER FOR SMALL AND/ OR LARGE PLATES SIZES SHALL HAVE SEPARATION OR SPACE BETWEEN THE METAL PLATES AS TO FACILITATE OFF LOADING AT DESTINATION. NOTE: ALUMINUM PLATE SHALL BE INTERLEAVED WITH PAPER BETWEEN EACH PLATE FOR SHIPMENT. THE PAPER SHALL BE OF A GRADE/WEIGHT THAT CORRESPONDS ACCORDINGLY WITH THE THICKNESS/WEIGHT OF MATERIAL BEING SHIPPED. MARKING: EACH PLATE SHALL BE LABELED (STICKER TYPE) WITH COAST GUARD STOCK NO. MATERIAL SPEC.AND GRADE, AND COAST GUARD PURCHASE ORDER NO. Delivery shall be no later than 1 October 2016. Delivery shall be made to: U.S. Coast Guard, Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore, MD 21226-5000. If additional costs apply to meet the 1 October 2016 delivery date the offeror shall identify said cost(s) in their quotation. Marking - each container shall be marked with the item name, stock number, part number, cage code, purchase order number, quantity, unit of issue. Marking shall be in black block letters a minimum of 1 inch high. Bar coding is NOT required. Contractor shall include a packing slip for each container shipped. The packing list shall identify all items contained within each container, including item names, stock numbers, part numbers, quantities, etc. Smaller items such as bolts/screws must also be identified on the packing slip. INSPECTION AND ACCEPTANCE Inspection will take place at destination. 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 the order, and conformance to all requirements. FAR clause 52.212-4, Contract Terms and Conditions - Commercial Items (May 2015) is incorporated by reference. FAR clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2015) The following clauses within FAR 52.212-5 apply: 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. Laws 108-77, 108-78 (19 U.S.C. 3805 note)). 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). 52.222-35, Equal Opportunity for Veteran (Jul 2014) (38 U.S.C. 4212). 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). 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). 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Jul 2013) (31 U.S.C. 3332). The following Federal Acquisition Regulation clauses are incorporated by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://farsite.hill.af.mil/vffara.htm. FAR 52.247-34 FOB Destination (Nov 1991) FAR 52.212-1 - Instructions to Offerors - Commercial Items (APR 2014) Offerors responding to this solicitation may submit their quotation in accordance with their standard commercial practices (e.g. on company letterhead, formal quotation form, etc.) however their quotation must include the following information: (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) DUNS/TIN (6) Terms of any express warranty; (7) Price and any discount terms; (8) "Remit to" address, if different than mailing address; (9) 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); (10) Acknowledgment of any solicitation amendments; (11) Past performance information (12) A statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration. Past Performance Offerors shall furnish three past performance references for contracts that are ongoing or completed within the last three (3) years which are relevant to this requirement (i.e., the same or similar requirement) and are held with government (federal, state, local), private or commercial entities. References must include the following information: a. Name of Offeror b. Program Title c. Contract Number d. Contract type e. Contract dollar value f. Period of performance g. Place of performance h. Contracting activity i. Customer points of contact with telephone numbers and email addresses for the Procurement Contracting Officer (PCO), the Administrative Contracting Officer (ACO), and the Program Manager (PM). j. Brief description of worked performed. Explain the nature of the work involved and the extent the work involved is similar to the requirements contained herein. The following Homeland Security Acquisition Regulation provisions are applicable: HSAR 3052.209-70 PROHIBITION ON CONTRACTS WITH CORPORATE EXPATRIATES (JUNE 2006) (a) Prohibitions. Section 835 of the Homeland Security Act, 6 U.S.C. 395, prohibits the Department of Homeland Security from entering into any contract with a foreign incorporated entity which is treated as an inverted domestic corporation as defined in this clause, or with any subsidiary of such an entity. The Secretary shall waive the prohibition with respect to any specific contract if the Secretary determines that the waiver is required in the interest of national security. (b) Definitions. As used in this clause: Expanded Affiliated Group means an affiliated group as defined in section 1504(a) of the Internal Revenue Code of 1986 (without regard to section 1504(b) of such Code), except that section 1504 of such Code shall be applied by substituting `more than 50 percent' for `at least 80 percent' each place it appears. Foreign Incorporated Entity means any entity which is, or but for subsection (b) of section 835 of the Homeland Security Act, 6 U.S.C. 395, would be, treated as a foreign corporation for purposes of the Internal Revenue Code of 1986. Inverted Domestic Corporation. A foreign incorporated entity shall be treated as an inverted domestic corporation if, pursuant to a plan (or a series of related transactions)- (1) The entity completes the direct or indirect acquisition of substantially all of the properties held directly or indirectly by a domestic corporation or substantially all of the properties constituting a trade or business of a domestic partnership; (2) After the acquisition at least 80 percent of the stock (by vote or value) of the entity is held- (i) In the case of an acquisition with respect to a domestic corporation, by former shareholders of the domestic corporation by reason of holding stock in the domestic corporation; or (ii) In the case of an acquisition with respect to a domestic partnership, by former partners of the domestic partnership by reason of holding a capital or profits interest in the domestic partnership; and (3) The expanded affiliated group which after the acquisition includes the entity does not have substantial business activities in the foreign country in which or under the law of which the entity is created or organized when compared to the total business activities of such expanded affiliated group. Person, domestic, and foreign have the meanings given such terms by paragraphs (1), (4), and (5) of section 7701(a) of the Internal Revenue Code of 1986, respectively. (c) Special rules. The following definitions and special rules shall apply when determining whether a foreign incorporated entity should be treated as an inverted domestic corporation. (1) Certain stock disregarded. For the purpose of treating a foreign incorporated entity as an inverted domestic corporation these shall not be taken into account in determining ownership: (i) Stock held by members of the expanded affiliated group which includes the foreign incorporated entity; or (ii) Stock of such entity which is sold in a public offering related to an acquisition described in section 835(b)(1) of the Homeland Security Act, 6 U.S.C. 395(b)(1). (2) Plan deemed in certain cases. If a foreign incorporated entity acquires directly or indirectly substantially all of the properties of a domestic corporation or partnership during the 4-year period beginning on the date which is 2 years before the ownership requirements of subsection (b)(2) are met, such actions shall be treated as pursuant to a plan. (3) Certain transfers disregarded. The transfer of properties or liabilities (including by contribution or distribution) shall be disregarded if such transfers are part of a plan a principal purpose of which is to avoid the purposes of this section. (d) Special rule for related partnerships. For purposes of applying section 835(b) of the Homeland Security Act, 6 U.S.C. 395(b) to the acquisition of a domestic partnership, except as provided in regulations, all domestic partnerships which are under common control (within the meaning of section 482 of the Internal Revenue Code of 1986) shall be treated as a partnership. (e) Treatment of Certain Rights. (1) Certain rights shall be treated as stocks to the extent necessary to reflect the present value of all equitable interests incident to the transaction, as follows: (i) warrants; (ii) options; (iii) contracts to acquire stock; (iv) convertible debt instruments; and (v) others similar interests. (2) Rights labeled as stocks shall not be treated as stocks whenever it is deemed appropriate to do so to reflect the present value of the transaction or to disregard transactions whose recognition would defeat the purpose of Section 835. (f) Disclosure. The offeror under this solicitation represents that [Check one]: __ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.108-7001 through 3009.108-7003; __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.108-7001 through 3009.108-7003, but it has submitted a request for waiver pursuant to 3009.108-7004, which has not been denied; or __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.108-7001 through 3009.108-7003, but it plans to submit a request for waiver pursuant to 3009.108-7004. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal. HSAR 3052.247-71 F.O.B. DESTINATION ONLY (DEC 2003) (vi) Offers are invited on the basis of f.o.b. destination only. Offers submitted on any other basis will be rejected as nonresponsive. (vii) FAR 52.212-2, Evaluation - Commercial Items (Oct 2014) The Government will award a fixed price purchase order resulting from this solicitation to the responsible Offeror whose offer conforming to the solicitation will be more advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Price; (2) Past Performance. 1. Price - The unit price of each item shall be multiplied by the actual quantity to arrive at a total price. The total price of all items shall be added together to arrived at an aggregate total. 2. Past performance - past performance shall be evaluated to determine offeror capabilities. In particular the offeror's ability to meet quality objectives, cost schedules, and delivery schedules. The Government may use past performance information obtained from any source to evaluate past performance. QUESTIONS PERTAINING TO THIS RFQ SHOULD BE DIRECTED TO: RAMONA HATFIELD at RAMONA.E.HATFIELD@USCG.MIL (viii) 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. 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* (ix) Quotes are due by 11 JULY 2016 Questions and quotes may be emailed to RAMONA.E.HATFIELD@USCG.MIL. Contractors are responsible for verifying receipt of quotes. (x) 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 7 JULY 2016
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-16-Q-61211/listing.html)
 
Place of Performance
Address: 2401 Hawkins Point Rd., Baltimore, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN04170689-W 20160707/160705234010-4a01be08b2bfbdd11693596a66694cf7 (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.