Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2005 FBO #1347
SOLICITATION NOTICE

99 -- LOCKER AND BERTH FOR USCGC JARVIS

Notice Date
8/2/2005
 
Notice Type
Solicitation Notice
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command Honolulu, 400 Sand Island Pkwy, Honolulu, HI, 96819-4398
 
ZIP Code
96819-4398
 
Solicitation Number
HSCG34-05-Q-6HJA35
 
Response Due
8/16/2005
 
Archive Date
8/31/2005
 
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 and FAR Part 13, Simplified Acquisition Procedures. This announcement constitutes the only solicitation; quotations are being requested, and a written solicitation will not be issued. The solicitation is issued as a Request for Quotation (RFQ). The RFQ number is HSCG34-05-Q-6HJA35. This RFQ is issued for total Small?Business Set-Aside. The following items are requirements for Berthing Area Equipment for a Ship: 1) Twenty (20 EA) LOCKER, Type 4, Modified To One Door, Size: 16?W X 22?D X 71?H. 2) Ten (10 EA) BERTH, Type VI, Style 2, With Light And Tracks, Size: 28?W X 80.5?L X 59-1/4?H, Contains 2 Racks, mattress clearance of 26?. Delivery will be FOB Destination to U.S. Coast Guard Integrated Support Command Honolulu, 400 Sand Island Parkway, Honolulu, HI 96819-4398. 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 conforms to this synopsis/solicitation and the best value to the Government based on price and availability. Quotation shall include proposed delivery in days, pricing for all items, company Tax Identification Number (TIN) and DUNS number. Written solicitation are those in effect through Federal Acquisition Circular 2001-26, and Far Subpart 4.12, Annual Representation and Certifications. The Online Representations and Certifications Application (ORCA) became mandatory on January 1, 2005. ORCA is available through Business Partner Network (BPN), www.bpn.gov. Contractors will use ORCA to electronically submit annual representations and certifications (REPS& CERTS). Contractors will no longer be required to submit hard copies of ORCA, they must have an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN). The NAICS code for this solicitation is 332999, the small business size standard is 500 employees. The following Federal Acquisition Regulations (FAR) clauses apply to this RFQ. Offerors may obtain full text version of these clauses electronically at www.arnet.gov. FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct. 2003); 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2003; and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (July 2005). The following clauses listed in 52.212-5 are hereby incorporated: 52.219-8, Utilization of Small Business Concerns (May 2004); 52.222-3, Convict Labor (June 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity; 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Dec 2001); 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era and Other Eligible Veterans (Dec 2001); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2004); 52.225-1, Buy American Act-Supplies (June 2003); and 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). All interested, responsible firms should submit their quotation no later than August 16, 2005, 2:00 p.m. HST, to U.S. Coast Guard, Integrated Support Command Honolulu (fp), 400 Sand Island Parkway, Honolulu, HI 96819-4398, ATTN: Helen T. Cabana (808) 842-2826. Facsimile copies will be accepted at (808) 842-2834.
 
Place of Performance
Address: USCG ISC HONOLULU, 400 SAND ISLAND PARKWAY, HONOLULU, HI 96819-4398, M/F: USCGC JARVIS (WHEC-725),
Country: USA
 
Record
SN00859894-W 20050804/050802211526 (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.