Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 30, 2002 FBO #0118
MODIFICATION

20 -- BERTHS AND LOCKERS

Notice Date
3/28/2002
 
Notice Type
Modification
 
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commanding Officer (vpl), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 600, Norfolk, VA, 23510-9102
 
ZIP Code
23510-9102
 
Solicitation Number
DTCG80-02-Q-3FAD09
 
Response Due
4/3/2002
 
Archive Date
4/18/2002
 
Point of Contact
Sandra Stevens, Contracting Officer, Phone 757-628-4656, Fax 757-628-4676,
 
E-Mail Address
sstevens@mlca.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT 0001. This amendment adds the following information: COLOR OF BERTHS AND LOCKERS SHALL BE FSC 22563, BEACH SAND. 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, and FAR Part 13, Simplified Acquisition Procedures. A written solicitation will not be issued. This announcement is the solicitation, and quotations are being requested. The solicitation is issued as a request for quote (RFQ). The RFQ number is DTCG80-02-Q-3FAD09. Vendors shall reference this number on their quote. The RFQ incorporates provisions and clauses that are in effect through Federal Acquisition Circular 2001-05. This is 100% small business set aside procurement. The associated North American Industry Classification System (NAICS) Code is 337215, and the size standard is 500 employees. This is a brand name or equal procurement. Brand name or equal description is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics of products that will be considered satisfactory to meet agency requirements. The U.S. Coast Guard has a requirement for the following equipment: CLIN 0001: 26 each L470 aluminum crew lockers with padeye, mirror, shelves, air vents, fod hooks and shoe bar, aluminum construction, width 16 inches, depth 22 inches, height 71 inches, weight 85 pounds, or equal; CLIN 0002: 10 each Northampton B118AGR three high single tier crew berths, with locker under, aluminum construction, length 78.5 inches, width 28 inches, height 96 inches, weight 243.75 pounds, or equal; CLIN 0003: 2 each Northampton B118AGR three high double tier crew berths with locker under, aluminum construction, length 78.5 inches, width 28 inches, height, 96 inches, weight 243.75 pounds, or equal. Delivery will be FOB destination to CG Naval Engineering Support Unit (NESU) Portsmouth, Portsmouth, VA, 10 weeks after purchase order award date. Acceptance of the units will be at destination. The contractor shall extend to the government the full coverage of commercial sale warranty provided such warranty is available at no additional cost to the government. This will be a Firm-Fixed Price purchase order. The Government anticipates awarding one purchase order resulting from this combined synopsis/solicitation to the responsible offeror whose offer conforming to this synopsis/solicitation will offer the best value to the Government, price and other factors considered. Anticipated award date is 8 April, 2002. All interested, responsible, small business firms should submit their quotation no later than April 3, 2002, to U.S. Coast Guard, MLCLANT (vpl-4), 300 E. Main Street, Norfolk, VA 23510-9102, ATTN: Sandy Stevens. Facsimile copies will be accepted at (757)628-4676. E-mail quotes will also be accepted by sstevens@mlca.uscg.mil . All vendors are to include with their quotes, a completed copy of Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, which may be downloaded from http://www.arnet.gov. The following Federal Acquisition Regulation (FAR) terms and conditions apply to this RFQ: Provision at 52.212-1, Instructions to Offerors-Commercial, Paragraph (f) Deleted; the Clause at 52.212-4, Contract Terms and Conditions-Commercial Items, the Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, including subparagraphs (11)52.222-21, Prohibition of Segregated Facilities; (12) 52.222-26, Equal Opportunity; (13)52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; (14) 52.222-36, Affirmative Action for Workers with Disabilities; (15) 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; (18) 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program; (23)52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration; 52.211-6, Brand Name or Equal; 52.219-6, Notice of Small Business Set-Aside; which can be downloaded at http://www.arnet.gov. ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information call (800)532-1169, Internet address: http://osdbuweb.dot.gov.
 
Record
SN00049634-W 20020330/020328213224 (fbodaily.com)
 
Source
FedBizOpps.gov 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.