Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 08, 2006 FBO #1535
SOLICITATION NOTICE

20 -- SHIPBOARD BULKHEAD WALL CONSTRUCTION

Notice Date
2/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
237990 — Other Heavy and Civil Engineering Construction
 
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
HSCG40-06-Q-40332
 
Response Due
2/16/2006
 
Archive Date
3/3/2006
 
Description
This is a combined synopsis/solicitation for commercial purchase prepared in accordance with the format in subpart 12.6 of the Federal Acquisition Regulations (FAR) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is HSCG40-06-Q-40332. This combined synopsis constitutes a solicitation and incorporates provisions and clauses are those in effect through Federal Acquisition Circular 2005-07. This procurement is set aside for small business. The NAICS code for this solicitation is 237990 and the small business size standard is 500. The USCG Engineering Logistics Center has a requirement for the following items: 1. HONEYCOMB PANELS IN ACCORDANCE WITH NAVSEA DRAWING 804-4623540, 7/8" thick x 36" wide x 96" long honeycomb core to be composed of 3/8" cells made from 5052 corrosion resistance aluminum alloy conforming to sae-ams-4348c, facings shall be .025" thick type 304 stainless steel, with a number 4 finish adhesive for bonding shall be iaw sae-ams-25463, film form epoxy. 2. HONEYCOMB CORE PANELS IN ACCORDANCE WITH NAVSEA DRAWING 804-4623540, 7/8" thick x 48" wide x 96" long honeycomb core to be composed of 3/8" cells made from 5052 corrosion resistance aluminum alloy conforming to sae-ams-4348c, facings shall be .025" thick type 304 stainless steel, with a number 4 finish adhesive for bonding shall be iaw sae-ams-25463, film form epoxy. 3. HONEYCOMB CORE PANELS IN ACCORDANCE WITH NAVSEA DRAWING 804-4623540, 7/8" thick x 36" wide x 96" long honeycomb core to be composed of 3/8" cells made from 5052 corrosion resistance aluminum alloy conforming to sae-ams-4348c, facings shall be .025" thick type 304 stainless steel, with a number 4 finish, adhesive for bonding shall be iaw sae-ams-25463, film form epoxy. one side shall be laminated with .050 thick high pressure laminate, fire rated iaw mil-p-17171 type iv, with matte finish, color: Formica brand # 444 blond, bonding adhesive shall be iaw mmm-a-130. 4. HONEYCOMB CORE PANELS IN ACCORDANCE WITH NAVSEA DRAWING 804-4623540, 7/8" thick x 48" wide x 96" long honeycomb core to be composed of 3/8" cells made from 5052 corrosion resistance aluminum alloy conforming to sae-ams-4348c, facings shall be .025" thick type 304 stainless steel, with a number 4 finish, adhesive for bonding shall be iaw sae-ams-25463, film form epoxy. one side shall be laminated with .050 thick high pressure laminate, fire rated iaw mil-p-17171 type iv, with matte finish, color: Formica brand # 444 blond, bonding adhesive shall be iaw mmm-a-130. 5. HONEYCOMB CORE PANELS IN ACCORDANCE WITH NAVSEA DRAWING 804-4623540, 7/8" thick x 48" wide x 96" long honeycomb core to be composed of 3/8" cells made from 5052 corrosion resistance aluminum alloy conforming to sae-ams-4348c, facings shall be .025" thick type 304 stainless steel, with a number 4 finish, adhesive for bonding shall be iaw sae-ams-25463, film form epoxy. one side shall be laminated with .050 thick high pressure laminate, fire rated iaw mil-p-17171 type iv, with matte finish, color: Formica brand # 459 bright white, bonding adhesive shall be iaw mmm-a-130. 6. HONEYCOMB CORE PANELS IN ACCORDANCE WITH NAVSEA DRAWING 804-4623540, 7/8" thick x 36" wide x 96" long honeycomb core to be composed of 3/8" cells made from 5052 corrosion resistance aluminum alloy conforming to sae-ams-4348c, facings shall be .025" thick type 304 stainless steel, with a number 4 finish, adhesive for bonding shall be iaw sae-ams-25463, film form epoxy. one side shall be laminated with .050 thick high pressure laminate, fire rated iaw mil-p-17171 type iv, with matte finish, color: Formica brand # 459 bright white, bonding adhesive shall be iaw mmm-a-130. 7. NAVSEA DRAWING #7101179 PART NUMBER 4, partition assembly, cres, 53.5" deep x 57" high. 8. NAVSEA DRAWING #7101179 PART NUMBER 28, rectangular tubing, cres, 3" x 2" x 11ga. 9. NAVSEA DRAWING #7101179 PART NUMBER 32, closet stile, cres, 6" wide x 1 1/16" thick x 68 1/4" high. 10. NAVSEA DRAWING #7101179 PART NUMBER 33, closet stile, cres, 3" wide x 1 1/16" thick x 68 1/4" high. 11. NAVSEA DRAWING #7101179 PART NUMBER 38, door assembly, cres, right hand. Pricing shall be quoted F.O.B. Destination. Delivery to USCG Engineering Logistics Center, 2401 Hawkins Point Road, Bldg. 88, Receiving Room, Baltimore, MD 21226. All deliveries must be no later than ten (10) weeks after award. Concerns that respond to this notice must fully demonstrate the capability to accomplish the above and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirements. Proposals submitted in response to this solicitation may be submitted on company letterhead stationary and must include the following: (1) item name, stock number, part number, and unit/total prices; (2) proposed delivery after receipt of order in calendar days; (3) verification that each item shall be individually preserved, packaged, marked, and shipped in accordance with best commercial practices; (4) taxpayer identification and Dun & Bradstreet (DUNS) number; (5) Contractors full name, address, and telephone number. In accordance with FAR Case 2002-24, Federal Acquisition Circular (FAC) 2001-26, and FAR Subpart 4.12 - Annual Representations and Certifications, the use of ORCA became mandatory as of January 1, 2005. ORCA is available through the Business Partner Network (BPN) at http://www.bpn.gov. Contractors shall use ORCA to electronically submit annual Representations and Certifications (Reps & Certs). Contractors are no longer required to submit hard copies of their Reps & Certs with each proposal. For contractors to be able to upload their Reps & Certs to ORCA, they must have an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN). All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Proposals are to be evaluated and awarded on the following evaluation factors: Best value basis, price, and delivery schedule, conformance to the technical requirements and past performance. A determination of technical acceptability shall be based on the information provided in accordance with the requirements of Addendum to FAR 52.212-1(b), Submission of Offers. Any proposal not providing or meeting the requirements evidencing conformance to the solicitation requirements, shall be determined unacceptable and will not be considered for award. Price evaluation will be performed by the Contracting Officer to determine the reasonableness of each proposed price and to determine the Offerors understanding of the work and ability to perform the contract. Past Performance may be evaluated using the reference provided in the offerors proposal. Firms lacking a record of relevant past performance history, or for whom information on past performance is not available, shall receive a neutral evaluation. The Government reserves the right to make an award without discussions. This requirement will be awarded on an all or none basis. 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 52.204-7, Central Contractor Registration (OCT 2003); FAR 52.212-1, Instructions to Offerors-Commercial Items (JAN 2005); 52.212-2 Evaluation-Commercial Items-Pricing (JAN 1999); FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2005) with Alt 1 included; FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (JUL 2005). The following clauses listed in 52.212-5 are incorporated: 52.219-8, Utilization of Small Business Concerns(15 U.S.C. 637(d)(2) and (3)(MAY 2004);52.222-3 Convict Labor (E.O. 11755)(JUNE 2003); 52.222-21, Prohibition of Segregated Facilities(FEB 1999); 52.222-26 Equal Opportunity (E.O. 11246)(APR 2002); 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212)(DEC 2001); 52.222-36 Affirmative Action for Workers with disabilities (29 USC 793)(JUNE 1998); 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212)(DEC 2001); 52.225-1, Buy American Act-Supplies (41 U.S.C. 10a-10d)(JUNE 2003). 52.225-13, Restriction on Certain Foreign Purchases (E.O.S., proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury)(MAR 2005). 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (31 U.S.C. 3332) (OCT 2003). The following items are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (DEC 2003); Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.\
 
Record
SN00980558-W 20060208/060206211556 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.