Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 13, 2018 FBO #5895
SOLICITATION NOTICE

20 -- Surgical Light, Portable in Storage Box

Notice Date
1/11/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334419 — Other Electronic Component Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
 
ZIP Code
94612-5249
 
Solicitation Number
70Z085-18-Q-P7P75400
 
Archive Date
2/2/2018
 
Point of Contact
Michelle M. Garcia, Phone: 5106375985, Barry Meyer,
 
E-Mail Address
michelle.m.garcia@uscg.mil, barry.meyer@uscg.mil
(michelle.m.garcia@uscg.mil, barry.meyer@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. Request for Quotations number is 70Z085-18-Q-P7P75400 and is issued as a request for quotations (RFQ). This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Request for Quotations incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-65 dated January 29, 2013. The NAICS Code is 334419. The small business size standard is 750. This is a total small business set aside. All responsible sources may submit proposals that will be considered by the agency. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures in accordance with FAR Part 13.5. The United States Coast Guard Surface Force Logistics Center has a requirement for the following: COAST GUARD CUTTER KIMBALL DESCRIPTION: 1. Qty 2 - U.S. Pioneer Inc surgical Light, portable in storage box P/N: SYM.107.1 2. Delivery Costs to: USCGC KIMBALL (WMSL 756) 400 Sand Island Access Road Honolulu, HI 96819 **Will accept exact item or alternatives equal to in salient characteristics. 1. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses 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. The full text of FAR clauses may be accessed electronically at this address: http://www.arnet.gov/far/index.html. FAR 52.204-4 Printed or Copied Double-sided on Recycled Paper (May 2011) FAR 52.204-6 Data Universal Numbering System (DUNS) Number (Jul 2013) FAR 52.211-15 Defense Priorities and Allocation System Rating (APR 2008) D0 A3 rating FAR 52.217-5 Evaluation of Options (JUL 1990) FAR 52.222-1 Notice to the Government of Labor Disputes (FEB 1997) FAR 52.223-3 Hazardous Material Identification and Material Safety Data (JAN 1997) Alt I (JUL 1995) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.245-4 Government-Furnished Property (Short Form) (JUN 2003) HSAR 3052.209-72 Organizational Disclosure of Conflicts of Interest 2.FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008). 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: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number and 6) Pricing, and Delivery information,. (7) Offerors are instructed to include a completed copy of Federal Acquisition Regulation (FAR) 52.212-3, "Offerors Representations and Certification--Commercial Items (DEC 2012)" and Alt 1 included with their quotation (the provision is attached), or be registered with Online Reps and Certs, https://www.SAM.gov. 3. FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). - This is a commercial item acquisition. The evaluation and award procedures in FAR 13.106 apply. The following evaluation factors shall be considered: Past Performance, Price. Offerors shall submit at least 3 relevant past performance references for contracts with private industry or government instrumentalities (federal, state, or local) performed within the last 3 years. References shall include: 1. Name & contact information of the point of contract (PM/COR), 2. Name of Organization, 3. A brief description of service, 4. Contract Number/Task Order 5. Status (Prime or Sub). The USCG reserves the right to utilize past performance information other than the information submitted with the proposals received in conducting the evaluation. A Contractor without a record of relevant past performance or for whom information on past performance is not available will not be evaluated favorably or unfavorably on past performance, but will receive a neutral rating. The USCG may consider past performance information regarding predecessor companies or subcontractors that will perform major or critical aspects of the requirement when such information is considered relevant. 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 Government will evaluate offers and make award to the lowest priced technically acceptable offer that is responsive to the terms of this solicitation. 4. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Dec 2012) - An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision which can be obtained electronically at http://www.arnet.gov/far. 5. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 2015) The following addendum applies: Address for submission of invoices is USCG FINANCE CENTER COMMERCIAL INVOICES PO BOX 4115 CHESAPEAKE, VA 23327-4115 6. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (March 2016) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Feb 2016) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Apr 2016) (E.O. 11246). 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). 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-Central Contractor Registration (Jul 2013) (31 U.S.C. 3332). 7. HSAR Contract Terms and Conditions Applicable to DHS Acquisition of Commercial Items (SEP 2012) The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The provision or clause in effect based on the applicable regulation cited on the date the solicitation is issued applies unless otherwise stated herein. The following provisions and clauses are incorporated by reference: (a) Provisions 3052.209-72 Organizational Conflicts of Interest 3052.219-72 Evaluation of Prime Contractor Participation in the DHS Mentor Protégé Program (b) Clauses. 3052.203-70 Instructions for Contractor Disclosure of Violations 3052.204-70 Security Requirements for Unclassified Information Technology Resources 3052.204-71 Contractor Employee Access __Alternate I (Sept 2012) 3052.205-70 Advertisement, Publicizing Awards, and Releases (SEPT 2012) 3052.209-73 Limitation on Future Contracting (DEC 2003) 3052.215-70 Key Personnel or Facilities (JUN 2003) 3052.217-91 Performance (USCG) (DEC 2003) 3052.217-92 Inspection and manner of Doing Work (DEC 2003) 3052.217-93 Subcontracts. (USCG) (DEC 2003) 3052.217-94 Lay Days (DEC 2003) 3052.217-95 Liability and Insurance (USCG) (DEC 2003) 3052.217-96 Title (USCG) (DEC 2003) 3052.217-97 Discharge of Liens (USCG) (DEC 2003) 3052.217-98 Delays (USCG) (DEC 2003) 3052.217-99 Department of Labor Safety and Health Regulations for Ship Repair (USCG) (DEC 2003) 3052.217-100 Guarantee (USCG) - guarantee period is 60 days after completion of all work or sea trials (if any) (DEC 2003) 3052.219-70 Small Business Subcontracting Plan Reporting 3052.222-70 Strikes or Picketing Affecting Timely Completion of the Contract Work (DEC 2003) 3052.222-71 Strikes or Picketing Affecting Access to a DHAS Facility (DEC 2003) 3052.223-90 Accident and Fire Reporting (DEC 2003) 3052.228-70 Insurance (DEC 2003) 3052.242-72 Contracting Officer's Technical Representative (DEC 2003) 3052.247-72 F.O.B Destination Only The full text of HSAR clauses above may be accessed electronically at this address: http://www.dhs.gov/xlibrary/assets/opnbiz/hsar.pdf 8. REQUIRED INSURANCE The Contractor shall, at its own expense, procure and maintain the following kinds of insurance with respect to performance under the contract. In accordance with HSAR 3052.228-70, Insurance (DEC 2003), the Contractor shall furnish the Contracting Officer with proof of insurance for the duration of the contract, including: 1. Ship Repairer's Liability - $500,000 per occurrence. 2. Comprehensive General Liability - $500,000 per occurrence. 3. Full insurance coverage in accordance with the United States' Longshoremen's and Harbor Worker's Act. 4. Full insurance coverage in accordance with the State's Workmen's Compensation Law (or its equivalent) for all places of performance under this contract. The insurance certificate must provide the name of the US Coast Guard vessel and the contract and/or solicitation number as specifically insured. 9. Questions and quotes shall be emailed to Michelle.M.Garcia@uscg.mil. Contractors are responsible for verifying receipt of quotes. INTERESTED VENDORS SUBMIT WITH A SAM.GOV REGISTERED DUNS NUMBER AND EMAIL TO MICHELLE.M.GARCIA@USCG.MIL.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/70Z085-18-Q-P7P75400/listing.html)
 
Place of Performance
Address: USCGC KIMBALL, 400 San Island Access Road, Honolulu, Hawaii, 96819, United States
Zip Code: 96819
 
Record
SN04787490-W 20180113/180111231009-2532d90e4444676cfbb01ef0bead7f6b (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  © 1994-2020, Loren Data Corp.