Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 24, 2021 SAM #7084
SOLICITATION NOTICE

80 -- ELASTAGUARD DECKING MATERIAL

Notice Date
4/22/2021 7:23:12 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
325510 — Paint and Coating Manufacturing
 
Contracting Office
SFLC PROCUREMENT BRANCH 3(00040) BALTIMORE MD 21226 USA
 
ZIP Code
21226
 
Solicitation Number
70Z04021Q64150Y00
 
Response Due
5/6/2021 9:00:00 AM
 
Archive Date
05/07/2021
 
Point of Contact
Shannon Carter, Phone: 4107626503
 
E-Mail Address
shannon.r.carter@uscg.mil
(shannon.r.carter@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial item contract, 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. Solicitation number 2121401Y61B1092005 applies, and is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05 (AUG 2019). This procurement is 100% set aside for small business. The North American Industry Classification System (NAICS) code is 325510 and the business size standard is 1,000 PPL. U.S. Coast Guard Surface Forces Logistics Center intends to award a Brand Name Firm Fixed Price Contract.� All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with System for Award Management (SAM) @ www.sam.gov and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is _MAY 6, 2021_, at _12_ p.m. Eastern Standard Time. � ITEM 0001 � ELASTAGUARD MEMBRANE ITEM NO. 0484 AND 0485 ELASTAGUARD MEMBRANE, NAVY BLUE 5 GALLON KIT INCLUDE PARTS A and PART B. PART A AND PART B SHALL BE CLEARLY LABELED TO IDENTIFY PART A ELASTAGUARD AND PART B ELASTAGUARD Quantity:�� 2 KT��� � ���������������������Required Delivery date: 06/30/2021� Unit Price:� _______________��� Promised Delivery Date: _______________� Total Amount:� ____________� �� ITEM 0002 � T/M BOND COAT ITEM NO. 0565 AND 0566 INCLUDES PART A AND PART B. CLEARLY LABEL PART A AND PART B. Quantity:� 5 KT����� �����������������������Required Delivery date: 06/30/2021 Unit Price:� _______________�� Promised Delivery Date: _______________ �Total Amount:� ____________�� �� ITEM 0003 � ELASTAFLAKE BASECOAT, ITEM NO.1642 AND 1643 ELASTAFLAKE BASECOAT, 5 GALLON KIT INCLUDES PART A AND PART B CLEARLY LABEL PART A AND PART B. Quantity:� 25 KT� �������������������������Required Delivery date: 06/30/2021 Unit Price:� _______________�� Promised Delivery Date: _______________ Total Amount:� ____________�� �� ITEM 0004 � ELASTAFLAKE COLORCOAT, ITEM NO 1640 AND 1641 ELASTAFLAKE COLOR COAT, NAVY BLUE INCLUDES PART A AND PART B CLEARLY LABEL PART A AND PART B. Quantity:� 32 KT��� �����������������������Required Delivery date: 06/30/2021 Unit Price:� _______________�� Promised Delivery Date: _______________ Total Amount:� ____________�� ��� ITEM 0005 � COLORFLAKE M CHIPS ITEM NO 0443-50 (1) 50 LB BOX OF COLOR FLAKE WHITE CHIPS, ITEM NO 0443-50 � �Quantity:� 1 BX��� �������������������������Required Delivery date: 06/30/2021 �Unit Price:� _______________�� Promised Delivery Date: _______________ � �Total Amount:� ____________�� � � ITEM 0006 � T/M SEALER ITEM NO. 1422 AND 1423 � T/M SEALER ITEM NO. 1422 AND 1423, INCLUDES PART A AND PART B CLEARLY LABEL PART A AND PART B. Quantity:� 8 KT��� �������������������������Required Delivery date: 06/30/2021 � Unit Price:� _______________�� Promised Delivery Date: _______________ Total Amount:� ____________�� PACKAGING SPECIFICATIONS: � PACKAGING REQUIREMENTS ARE MANDATORY TO MEET WAREHOUSE INVENTORY REQUIREMENTS. IMPORTANT! EACH ITEM SHALL BE INDIVIDUALLY PACKAGED FOR INVENTORY TO MATCH THE COAST GUARD ""UNIT OF ISSUE"". (EXAMPLE: EA, LB, HD) THE MINIMUM PACKAGING IS COMMERCIAL PACKAGING, DEFINED AS THE WAY ITEMS ARE PACKAGED, SOLD, AND SHIPPED TO THE PUBLIC OVER THE COUNTER PROVIDED THE PACKAGING MATCHS THE ""UNIT OF ISSUE"". � SMALLER ITEMS ONLY:(BOLTS/SCREWS) CAN BE PACKAGED WITH MULTIPLE ITEMS IN ONE PACKAGE/CONTAINER PROVIDING THE MARKING ALSO INCLUDES THE QUANTITY IN THE CONTAINER. EXAMPLE: A PACKAGE BAG OR BOX CAN HAVE 10, 25 OR 50 BOLTS AS LONG AS THAT PACKAGE IS MARKED IAW MARKING REQUIREMENTS BELOW PLUS THE QUANTITY. � MARKING REQUIREMENTS: �ALL PACKAGES, BOXS, BAGS OR CONTAINERS SHALL BE CLEARLY MARKED / LABELED WITH THE FOLLOWING INFORMATION: ITEM NOUN NAME, OUR STOCK NUMBER (13 DIGIT), MFG PART NO., CAGE CODE (IF KNOWN), PURCHASE ORDER / CONTRACT NUMBER, UNIT OF ISSUE AND QUANTITY. � IF AN ITEM CANNOT PHYSICALLY BE PACKAGED IN ONE CONTAINER, EACH CONTAINER SHALL BE MARKED BOX 1 OF 2, BOX 2 OF 2 ETC. FAILURE TO COMPLY WITH ALL PACKAGING AND MARKING REQUIREMENTS WITHOUT PRIOR APPROVAL WILL RESULT IN MATERIAL BEING RETURNED AT VENDORS EXPENSE FOR CORRECTION. BAR CODING NOT REQUIRED! � LABEL EXAMPLE ITEM NAME CG STOCK NUMBER PURCHASE ORDER/CONTRACT NUMBER PART NUMBER UNIT OF ISSUE AND QUANTITY ����������������������������������������� ��� �������������� ��������������� NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS�� ARE AVAILABLE FROM THIS AGENCY. � Place of Delivery: Building 78, 2401 Hawkins Point Rd., Baltimore, MD 21226.� ���������������������� �**** Please quote prices FOB Destination. **** 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 (OCT 2018). 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, Dun & Bradstreet number, Taxpayer ID number������������������������������������������������������������������������������������������������������������������������������������������������ Offerors shall agree to the delivery condition 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 ORCA, verification by the applicable vendor is needed to evidence that the record is current and valid. 52.212-2 Evaluation-Commercial Items (OCT 2014). � Delivery, pricing and relevant past performance are the evaluation factors.� This is a commercial item acquisition.� Award will be made to lowest cost technically acceptable.� All evaluation factors will be considered as delivery is an important as cost. 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 cost technically acceptable. �The evaluation and award procedures in FAR 13.106 apply. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (OCT 2018) with Alt 1 included are to be submitted with your offers.� FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2018) applies to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (OCT 2018).��The following clauses listed in 52.212-5 are incorporated: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards �(OCT 2018) (Pub.L. 109-28 .2)(31 U.S.C. 6101 note). 52.204-99, System for Award Management Registration (Aug 2012) (DEVIATION) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). 52.219-13, Notice of Set-Aside of Orders (Nov 2011) (15 U.S.C. 644(r)). 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 2018) (EO 11755) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). 52.222-26 Equal Opportunity (SEP 2016)(E.O. 11246) � 52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). (ii) Alternate I (Mar 2015) of 52.222-50 (22 U.S.C. chapter 78 and E.O. 13627). 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). 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 Central Contractor Registration (OCT 2018)(31.S.C. 3332).� 52.233-3 Protest after award (Aug. 1996.) 52.233-4 Applicable Law for Breach of Contract Chain (Oct.2004). Defense Priorities and Allocations System (DPAS): N/A QUOTES ARE DUE BY 12:00 NOON EST on 06 MAY 2021. Quotes may be emailed to Shannon.R.Carter @uscg.mil. POC is Shannon Carter, Procurement Agent, 410-762-6503.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d3b580281d2d4061a6247f3751b4bf3f/view)
 
Place of Performance
Address: Curtis Bay, MD 21226, USA
Zip Code: 21226
Country: USA
 
Record
SN05980946-F 20210424/210422230118 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.