Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 08, 2019 FBO #6557
SOLICITATION NOTICE

20 -- VENT DUCT HEATERS - PROVISIONAL CLAUSES - REPS AND CERTS - RFQ SF18

Notice Date
11/6/2019
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
70Z080-20-Q-P4540300
 
Archive Date
11/22/2019
 
Point of Contact
Becky Meyer, Phone: 7576284642
 
E-Mail Address
Becky.M.Meyer@USCG.MIL
(Becky.M.Meyer@USCG.MIL)
 
Small Business Set-Aside
N/A
 
Description
RFQ SF-18 REPS AND CERTS PROVISIONAL CLAUSES This is a combined synopsis/solicitation 70Z080-20-Q-P4540300 for a commercial items prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-87 (Apr 2016), and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is 336611. This synopsis/ solicitation is issued pursuant to FAR 13.106-1(b),and the resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13. Offer shall provide the unit price (as applicable) and the shipping cost. The USCG Surface Forces Logistics Center located in Norfolk, Virginia anticipates awarding a Sole Source Firm Fixed Price (FFP) Purchase Order to Valad Electric Heating Corp, 65 Leonards Drive, Montgomery, NY 12549. Justification for Other Than Full and Open Competition (JOTFOC) provided upon request. A. REQUIREMENT: 1. (1) EACH NVDH30X16-3(437.1-3)-27 VENT DUCT HEATER AIR FLOW: N/A 37.1KW, 440VAC, 3PH DUCT SIZE(LXWXH): 30.000'' X 16.000'' X 15.500'' 2. (1) EACH VDH18X12-1(47.75-3)-6 VENT DUCT HEATER 7.75KW, 440VAC, 3PH SIZE 18X12X5.75 3. (1) EACH VDH18X8-2(412.53-3)-6 VENT DUCT HEATER AIR FLOW: N/A 12.53KW, 440VAC, 3PH, 1 STAGE DUCT SIZE(LXWXH): 18.000'' X 8.000'' X 11.500'' 4. (1) EACH VDH12X8-3(49.5-3)-12 VENT DUCT HEATER AIR FLOW: N/A 9.500KW, 440VAC, 3PH DUCT SIZE(LXWXH): 12.000'' X 8.000'' X 15.500'' 5. (1) EACH VDH8X8-3(48.0-3)-9 VENT DUCT HEATER AIR FLOW: N/A 8.00KW, 440VAC, 3PH, 1 STAGE DUCT SIZE(LXWXH): 8.000'' X 8.000'' X 15.500'' 6. (2) EACH RRDM12.0-1NM RECESSED WALL HEATER RECESSED WALL HEATER 2.0KW, 120VAC, 1PH 7. SHIPPING COST (SHIP FOB DESTINATION) B. Valad Electric Heating Corp.OEM for these parts: C. DATE REQUIRED: 7 November 2019 D. Shipping Cost (SHIP FOB DESTINATION) E. SHIPPING LOCATION SHIPPING LOCATION CGC TAHOMA Portsmouth Naval Shipyard John Paul Jones Avenue, Blvd. 171 Kittery, ME 03904 The North American Industry Classification System (NAICS) is 336611. The Small Business Administration (SBA) size standard is 1250 NOTE: The USCG/Government reserves the right to Award on an All or None Basis that is the Government may issue a Purchase Order (PO) to the Offeror that submits the lowest aggregate price rather than issue a Purchase Order to each Offeror on the basis of the lowest Quotation on each item. The USCGC/Government does not own nor can they obtain specifications, drawings, plans or other technical data for these items. Requests for specifications and drawings will be disregarded. The USCGC/Government intends to award a contract resulting from this solicitation to the responsible bidder proposal confirming to the solicitation which will be moist advantageous and Best Value to the Government, price and other factors considered. As stated below, the provision at FAR 52.212-2, Evaluation-Commercial Items- applies with the following addenda: Award of a contract will be based on the following criteria: The purchase order will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5. 1. Please provide any warranty information. 2. Vendors MUST be registered in www.sam.gov Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price proposal that will be considered by the agency. Proposals must be submitted on company letterhead stationery and must include the following information ( 1) Cost Breakdown, (2) Extended Price, (3) Total Price, ( 4) Payment Terms, (5) Discount offered for prompt payment, (6) Company DUNS and Cage Code. Quotes must be received no later than 7 November 2019 at 1:00 p.m. Eastern Standard Time. Email quotes are acceptable and should be sent to Gloria Spicer at email address - Gloria.H.Spicer@uscg.mil. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial items, with their offer or have provision FAR 52.212-3 submitted into www.sam.gov. Any questions or concerns regarding any aspect of this RFQ must be forwarded to Contracting Officer, SKC Becky Meyer via email Becky.M.Meyer@uscg.mil and telephone (757) 628-4642; and Mrs. Gloria Spicer via email Gloria.H.Spicer@uscg.mil. PROVISIONS / CLAUSES: The following FAR Clauses and Provisions apply to this solicitation and are incorporated by reference: FAR 52.212-1 - Instructions to Offerors - Commercial Items (Aug 2018) FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014) Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, past performance and quality. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Aug 2018) to include Alt I (Oct 2014). These certifications must be included with quote and can be accessed and downloaded via FedBizOpps with this RFQ. Contractors are encouraged to submit through https://www.sam.gov. FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Jan 2017) with the following addenda's. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Aug 2018) FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 - System for Award Management (Oct 2016). Contractors are located and identified in SAM by their DUNS number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A DUNS number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov. The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to this awarded contract. FAR 52.222-3 - Convict Labor (Jun 2003) FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies (Jan 2018) FAR 52.222-21 - Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26 - Equal Opportunity (Sep 2016) FAR 52.222-35 - Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212) FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) FAR 52.222-37 - Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212) FAR 52.222-50 - Combating Trafficking in Persons (Mar 2015) FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-1 - Buy American Supplies (May 2014) FAR 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33 - Payment by Electronic Funds Transfer - Systems for Award Management (Jul 2013) FAR 52.233-3 - Protest After Award (Aug 1996) FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004) *The above/following clauses are incorporated by reference, entire clause(s) available at https://www.acquisition.gov/browsefar. NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a) Prospective contractors shall complete electronic annual representations and certifications at SAM accessed via https://www.acquisition.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/70Z080-20-Q-P4540300/listing.html)
 
Place of Performance
Address: CGC TAHOMA, Portsmouth Naval Shipyard, John Paul Jones Avenue, Blvd. 171, Kittery, Maine, 03904, United States
Zip Code: 03904
 
Record
SN05490824-W 20191108/191106230523-890f50bd7ec8c34025b7ed3dc682781c (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.