SOLICITATION NOTICE
40 -- Wire Rope for Various U.S. Coast Guard Units and Cutters
- Notice Date
- 7/20/2017
- Notice Type
- Presolicitation
- NAICS
- 332618
— Other Fabricated Wire Product Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG SILC BSS (Shore Infrastructure Logistics Center Base Support and Services), 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113, United States
- ZIP Code
- 23510-9113
- Solicitation Number
- HSCG84-17-Q-BB8126
- Archive Date
- 8/30/2017
- Point of Contact
- Barbara T. Spruill, Phone: 757-628-4159, Wendy J. Culbreth, Phone: 757-628-4824
- E-Mail Address
-
barbara.t.spruill@uscg.mil, Wendy.J.Culbreth@uscg.mil
(barbara.t.spruill@uscg.mil, Wendy.J.Culbreth@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- PRE-SOLICITATION NOTICE HSCG84-17-Q-BB8126 The U.S. Coast Guard, Shore Infrastructure Logistics Center (SILC), in Norfolk, VA intends to procure ½ inch (nominal diameter), Type I, General Purpose, Class 2, 6x19 wire rope for various U.S. Coast Guard Units and Cutters. The wire rope shall be pre-formed, right regular lay, improved plow steel with Polypropylene rope core, uncoated (1/2" 6x19CL PRF RRL PPC IPS BRIGHT) conforming to "Federal Specification, Wire Rope and Strand, RR-W-410H, dated 22 December, 2015." The Government requires all new equipment. Wire rope shall be furnished on standard high-grade two-ply wooden reels. Each reel shall contain six hundred (600) feet of wire rope and shall be delivered without protective lubricant. Light lubrication as required for fabrication will be accepted. Reels shall be shipped on standard wooden pallets with a maximum per pallet weight of 2,000 pounds and packaged in accordance with the Contractor's best commercial practices to prevent deterioration and damage during shipping and handling. Materials shall be delivered either on Flatbed trailers or if shipped in a box van Contractor shall supply means of providing tailgate delivery for offloading. FOB Destinations Various Locations (Hickman, KY / Owensboro, KY / Natchez, MS / Memphis, TN / Sewickley, PA / St. Louis, MO / Demopolis, AL / Sallisaw, OK / Buchanan, TN / Pine Bluff, AR / Greensville, MS / Vicksburg, MS / East Peoria, IL / Keokuk, IA / Colfax, LA) Delivery Schedule 120 calendar days after receipt of order (ARO) The solicitation will be issued unrestricted (full and open competition). The applicable NAICS Code is 332618, Other Fabricated Wire Product Manufacturing and the size standard is 500 employees. The intended contract vehicle will be an Indefinite-Delivery-Indefinite Quantity (IDIQ) contract with fixed-priced unit prices; individual delivery orders would be issued pursuant the IDIQ contract when supplies are required. The period of performance is anticipated to be one year. The performance period of the contract is anticipated to start on or about September 11, 2017. IMPORTANT: The solicitation will be available on or about July 25, 2017 and is anticipated to close on August 15, 2017. The solicitation will incorporate commercial clauses and provisions in accordance with Federal Acquisition Regulation (FAR) Parts 12, Acquisition of Commercial Items, and 13.5, Test Program for Certain Commercial Items (DHS Class Deviation for FAR Subpart 13.5 Test Program for Certain Commercial Items). Interested parties are hereby notified that this solicitation will be available exclusively on the FedBizOpps website at www.fbo.gov. The solicitation (SF-1449), all attachments and all amendments will be published for viewing and printing out from the FedBizOpps website. Interested parties are responsible for monitoring the FedBizOpps website for the solicitation and any amendments to the solicitation. No paper copies of the solicitation and/or amendments will be distributed. Telephone requests for solicitation packages and amendments will be not accepted. Please note that to be eligible for award of this contract your company must be registered in the System for Award Management (SAM) database at URL https://www.sam.gov/portal/public/SAM/ Interested offerors may obtain information on registration and annual conformation requirements via the SAM database or by calling (866) 606-8220, or for international calls, dial (334) 206-7828. Questions: Questions will be not accepted at this time; there will be a time period specified in the solicitation for receipt of questions.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG84-17-Q-BB8126/listing.html)
- Place of Performance
- Address: United States, United States
- Record
- SN04588261-W 20170722/170720235109-6193ca8ce8c2569575cc0a3f93ce2e42 (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 |