|
COMMERCE BUSINESS DAILY ISSUE OF JUNE 21,1999 PSA#2371Department of Transportation, United States Coast Guard (USCG),
Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second St., SW,
Washington, DC, 20593-0001 23 -- FABRICATED TEXTILE PRODUCTS, N.E.C. SOL DTCG23-99-R-DA1025 DUE
062999 POC Kathy Gregg, Contract Specialist, Phone 202-267-2523, Fax
202-267-4025, Email kgregg@comdt.uscg.mil -- Scott Palmer, Contracting
Officer, Phone (202) 267-2489, Fax (202) 267-4019, Email WEB: Visit
this URL for the latest information about this,
http://www.eps.gov/cgi-bin/WebObjects/EPS?ACode=P&ProjID=DTCG23-99-R-D
A1025&LocID=14. E-MAIL: Kathy Gregg, kgregg@comdt.uscg.mil. This is a
combined synopsis/solicitation for commercial items prepared in
accordance with the format in Subpart 12.6, as supplemented with
additional information included with this notice. This commercial item
acquisition is being conducted in accordance with subpart 13.5. This
announcement constitutes the only solicitation; proposals are being
requested and a written solicitation will not be issued. The
solicitation number is DTCG23-99-R-DA1025 and it is being issued as a
Request for Proposals (RFP). The solicitation document and incorporated
provisions and clauses are those in effect through Federal Acquisition
Circular 97-10. This solicitation is a small business set aside. The
standard identification code is 2399 and the small business size
standard is 500 employees. The Coast Guard will award a firm fixed
price contract for the purchase of 325 dry suits which are required for
Coast Guard personnel working at the Port Security Units. The dry suits
shall be trilaminate or urethane-coated fabric and must possess the
following characteristics: a. Latex or neoprene neck and wrist seals b.
Reinforced knees and seat. c. Heavy duty front entry air/water-tight
zipper d. Heavy duty relief air/water-tight zipper. e. High puncture
and rip resistance. f. All seams shall be either sewn or glued and
sealed with seam tape using a gluing or heat sealing process. g. Suits
shall maintain flexibility to at least _30 degrees Farenheit. h. The
following size distribution is (X-Small -- 13, Small -- 26, Medium --
123, Large -- 123, X-Large _ 26; and XX-Large -- 14). i. Dry suits
shall be woodland camouflage color. j. Dry suits shall have lug-soled
or deck boot attached. k. Gloves shall be provided for each suit. l.
All dry suits shall be made in accordance with USIASYS80000PSU System.
Dry Suits shall be delivered to the Port Security Stations located in
Fort Eustis, VA; St. Petersburg, FL; Gulfport, MS; Port Clinton, OH;
and San Pedro, CA. Inspection shall be in accordance with FAR 52.247-34
_ F.O.B. Destination. Packing and packaging shall be in accordance with
good commercial practice to assure delivery at destination. Provision
52.212-1, Instructions to Offerors _ Commercial, applies to this
acquisition. Offerors are reminded to read and follow the directions
given in provision 52.212-1. The provision at 52.212-2, Evaluation _
Commercial Items is incorporated into this solicitation. The Government
will award a contract to the responsible offeror whose offer,
conforming to the solicitation requirements offers the lowest evaluated
price. A. GENERAL INFORMATION: 1.The Government requires delivery of
the equipment 120 days after contract award. 2. Offerors should submit
warranty information with the proposal. B. EVALUATED INFORMATION: 1.
Description of dry suits which meets the requirements of the Government
as listed above. Price will be evaluated as described at 52.212-2(b).
Past performance information shall be provided as requested at
52.212-1(b)(10). Offerors shall include a completed copy of the
provision at52.212-3, Offeror Representations and Certification _
Commercial Items, with their proposal. Clause at 52.212-4, Contract
Terms and Conditions _ Commercial Items, is incorporated by reference
into the solicitation. Clause at 52.212-5, Contract Terms and
Conditions Required to Implement Statues or Executive Orders _
Commercial Items, applies to this acquisition.) In addition, the
following FAR clauses cited in 52.212-5 are applicable to this
contract: 52.203-6, 52.219-8, 52.222-26, 52.222-35, 52.222-36,
52.222-37 and 52.225-3. There are no addenda to any of the above
clauses or provisions. Proposals are due no later than 1400 on 6 July
1999 in Room 5218 at the address listed above. It is the policy of the
Coast Guard to issue solicitations and make contract awards in a fair
and timely manner. To further this policy, the Commandant has created
the position of Solicitation Ombudsman who is empowered to investigate
issues raised by prospective offerors and resolve them, where possible,
without expensive and time-consuming litigation. Potential offerors who
believe that a Coast Guard solicitation is unfair or otherwise
defective should first direct their concerns to the cognizant
Contracting Officer. If the Contracting Officer is unable to satisfy
the concerns, the offeror should then contract the Coast Guard
Solicitation Ombudsman at the following address: Commandant
(G-CPM-S/3)/2100 Second Street, SW/Washington, DC/20593-0001/Ph: (202)
267-2285, Fax: (202) 267-4011. Potential offerors should provide the
following information to the Ombudsman in order to ensure a timely
response: solicitation number, contracting office, Contracting Officer,
and the solicitation closing date. For Minority, Women Owned, and
Disadvantaged Business Enterprises: The Department of Transportation
(DOT) Office of Small Disadvantaged Business Utilization (OSDBU) has a
program to assist minority, women-owned and disadvantaged enterprises
to acquire short term working capital assistance for
transportation-related contracts. Loans are availableunder the DOT
Short Term Lending Program (STLP) at prime interest rates to provide
accounts receivable financing. The maximum line of credit is $500,000.
For further information and applicable forms concerning the STLP,
please call the OSDBU at (800) 532-1169. Direct inquires to the contact
listed above. Posted 06/17/99 (D-SN344383). (0168) Loren Data Corp. http://www.ld.com (SYN# 0209 19990621\23-0002.SOL)
23 - Ground Effect Vehicles, Motor Vehicles, Trailers and Cycles Index Page
|
|