Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 06, 2005 FBO #1349
MODIFICATION

71 -- Berthing-q41536

Notice Date
8/4/2005
 
Notice Type
Modification
 
NAICS
337127 — Institutional Furniture Manufacturing
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore, MD, 21226-5000
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-05-Q-41536
 
Response Due
8/15/2005
 
Archive Date
8/30/2005
 
Point of Contact
Sharon Buckmaster, Purchasing Agent, Phone 410-762-6627, Fax 410-762-6008, - Sharon Byrd, Purchasing Agent, Phone 410-762-6491, Fax 410-762-6008,
 
E-Mail Address
sbuckmaster@elcbalt.uscg.mil, sbyrd@elcbalt.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
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. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. Solicitation number HSCG40-05-Q-41536 applies, and is issued as a Request for Quotation. This procurement is set aside for small business. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-45. The North American Industry Classification System (NAICS) code is 337124 and the business size standard is 500 employees. U.S. Coast Guard Engineering Logistics Center intends to purchase on the basis of full and open competitive competition to award this requirement as a firm fixed price contract. Items 001 through 015 are to be awarded with a required delivery date of 10-10-2005. The offeror can propose an earlier delivery date than 10-10-05 but not a later date 10-10-2005 Item 001, ACN 2090-01-LG4-4697, berth, crew, (3) berths high, double unit with locker under, aluminum, unit shall be constructed I.A.W. CG drawing FL 3306-31 REV. B DTD 5/26/97. Finish to be baked enamel, color no. 14491, Green tan I.A.W fed. STD. 595A. TYPE H Privacy Screens. Quantity, 01, EA. Item 002, ACN 2090-01-LG4-6487, berth, crew, (3) high, double unit with locker under, aluminum, unit shall be constructed I.A.W. CG drawing FL-3306-31 REV. B DTD 5/26/97. Type I privacy screens fUnit shall be complete with all components except stanchion system, and stanchion hardware. Finish to be baked enamel, color no. 14491 I.A.W. FED STD. 595A. Quantity, 3, EA. Item 003, ACN 2090-01-LG4-4702, Berth, Crew, with locker under, aluminum, right hand, single unit. (3) berths high. I.A.W. CG drawing FL-3306-31 rev. B. DTD 5/26/97. Finished to be baked enamel color no. 14491 Green I.A.W. FED. STD 595A. Type E Privacy Screens Quantity, 02, EA. Item 004, ACN 2090-01-LG4698, Berth,Crews, with locker under, aluminum, left hand, single unit, (3) berths high constructed I.A.W. CG drawing FL-3306-31 Rev B., 5/26/97. Finish to be baked enamel, color to be I.A.W. FED. STD. 595A color no. 14491. Type F Privacy Screens Quantity, 3, ea. Item 005, ACN 2090 01-LG46488, Berth, Crews, with locker under, aluminum, right hand, single unit, (3) berths high, to be constructed I.A.W. FL-3306-31 Rev B. Type K Privacy Screens. Finish to be baked enamel, color to be I.A.W fed. STD. 595A color no.14491 Green. Quantity, 1, EA. Item 006, ACN 2090-01-LG4-6489, Berth, Crews, with locker under, Aluminum, left hand, single unit, (3) Berths high. Constructed I.A.W. CG drawing FL-3306-31 REV B. Paint finish to match FED STD 595A #14491 Green. Type L Privacy Screens Quantity, 1, ea. Item 007, ACN 2090-01-LG4-4701, Berth, Crews, with locker under, aluminum, right hand, single unit, (3) berths high, Paint finish to match FED STD 595A #14491 Green. I.A.W. CG DWG FL-3306-31 Rev B. Type G Privacy Screens. Quantity, 2, EA. Item 008, ACN 2090-01-LG4-4703, Berth, Crews, with locker under, aluminum, left hand, single unit, (3) berths high, Paint finish to match FED STD 595A, # 14491 Green. Unit shall be constructed I.A.W. CG DWG Fl-3306-31 Rev B. Type J Privacy screens Quantity, 2 EA. Items 009, ACN 2090-01-LG4-7965, Stanchion set, berthing, one complete shipset for 210 ft B Class. Complete with upper and lower deck mounting clips and all associated hardware and fastners to install crews berthing. Stanchions to be painted to match FED STD 595A #14491, Green. Stanchions, mounting clips, hardware and fastners to be packaged into one crate. One ship set consist of 78 complete stanchion assy. Quantity 1 ASSY. Item 010, ACN 2090-01-LG4-6491, Locker clothing, aluminum, left hand door, paint finish to match FED STD 595A #14491 Green. Unit shall be constructed I.A.W. CG drawing FL-3306-29. 16" Wide, Type A. Use with Subbase: 2090-01-LG4-6561 & 2090-01-LG4-6565. Quantity, 57, EA. Item 011, ACN 2090-01-LG4-6561, Subbase, 4" deep, Stainless steel, 300 series, constructed I.A.W. NAVSEA DWG No. S3306-921770. (to be used with stock No. 2090-01-LG4-6491-Locker clothing 16" wide tType A CG DWG FL-3306-29). Quantity, 05, EA. Item 012, ACN 2090-01-LG4-6562, Subbase, 4" deep, Stainless steel, 300 Series, constructed I.A.W. NAVSEA DWG No. S3306-921770. To be used with clothing locker, (CG DWG FL-3306-29, 16" wide Type A STK. No. 2090-01-LG4-6491) and to accomodate 2 units. Quantity 2 EA. Item 013, ACN 2090 01-LG4-6563,Subbase, 4" deep, Stainless Steel, 300 Series. I.A.W. NAVSEA DWG No. S3306-921770, to be used with stock no. 2090-01-LG4-6491 (CG DWG FL-3306-29, 16" wide Type A clothing locker,)and to accomodate 3 units. Finish to be baked enamel, color to be I.A.W fed. STD. 595a color no.14491, Green. Quantity, 1, EA. Item 014, ACN 2090-01-LG4-6564, sub-base, 4" deep, Stainless steel, 300 Series. Constructed I.A.W. NAVSEA DWG No. S3306-921770, used with stock no.: 2090-01-LG4-6491 and to accomodate 4 units Quantity, 10, ea. Item 015, ACN 2090-01-LG4-6565, sub-base, 4" deep, Stainless steel. 300 series SST, constructed I.A.W. NAVSEA drawing S3306-921770. To be used with stock no.: 2090-01-LG4-6491 and to accomodate 5 units Quantity, 1, EA. Packaging specifications for items 001 through 015, are as follows: each line item must be individually packaged in its own fiberboard shipping container, the shipping container shall be I.A.W. FED. Spec. PPP-B-636 type CF, class domestic meeting the weight limitations of table I. normal requirements. The item shall fit the container or be fitted with sufficient blocking to prevent shifting during shipping and handling. All components that make up this line item, including mounting hardware must be placed in the container and secured in such a manner that pieces do not become separated. In the event a single line item will not physically fit into one container additional shipping containers (meeting requirements stated above) shall be used. Preservation: (for finished furniture only) the only preservation that should be required would be as needed to protect any finished surface from scratches or damage resulting form contact with internal blocking or bracing or any thing inside the shipping container. Marking's: each box shall be marked with: item name, ACN, MFG part number, Cage, contract number and date in printed black block letters min 1" high. Packaging specifications for item 009, are as follows: standard commercial packaging is acceptable. Marking: each item shall be legibly marked with ACN, contract number, unit of issue, noun name, part number, and cage. The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. The referenced clauses may be viewed in full text at the following website: http://farsite.hill.af.mil upon request, the Contracting Officer will make their full text available.(End of Provision) Provision 52.212-1, Instructions to Offers--Commercial; 52.212-2 Evaluation-Commercial items (Delivery Schedule is an important part of this award. Price, delivery schedule and experience are approximately the same importance.), 52.212-3 offeror representations and certifications- commercial items. Clause 52.212-4, Contract Terms and Conditions--Commercial Items; clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.203-6, Restrictions on Subcontractor Sales to the Government, 52.219-6, Notice of Total Small Business Set-Aside, 52.222-3, Convict Labor, 52.222-19, Child Labor-Cooperation, 5 2.222-21 Prohibition of segregated facilities, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era); 52.232-33, Payment by Electronic funds Transfer-Central Contractor) FAR 52.246-15 Certificate of Conformance (APR 1984), Far 52.217-5 Evaluation of options is a part of this solicitation. All option prices will be included as part of the price evaluation for this award, 52.217-7 Option for Increased Quantity-Separately Prices Line Item. The full text of the Federal Acquisition Regulation (FAR) can be accessed on the Internet at www.arnet.gov/far. 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: 1) company?s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to make a single award to the eligible, responsible offeror whose offer conforms to the solicitation, and is the most advantageous to the Government considering price, delivery and experience. The offeror shall submit at least one relevant past performance reference including point of contact, current telephone number, This award will be based on a General Information
 
Place of Performance
Address: 2401 Hawkins Point Road, Baltimore, MD
Zip Code: 21226
Country: USA
 
Record
SN00862024-W 20050806/050804211541 (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.