Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 10, 2006 FBO #1537
SOLICITATION NOTICE

49 -- Bead Breaker, Tire

Notice Date
2/8/2006
 
Notice Type
Solicitation Notice
 
NAICS
333319 — Other Commercial and Service Industry Machinery Manufacturing
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, EISD, 130J or Support Procurement Building 79, 75, 79, 78, 78, 19 or 63, Elizabeth City, NC, 27909-5001
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-06-Q-500008
 
Response Due
2/17/2006
 
Archive Date
3/4/2006
 
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. Quotes are being requested and a written document will not be issued. HSCG38-06-Q-500008 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-08. The applicable NAICS number is 333319 and the small business size standard is 500 employees. This is an unrestricted procurement. The purchase order will be awarded using simplified acquisition procedures in accordance with FAR Part 13. The U.S. Coast Guard intends to award a Sole-Sourced Firm Fixed Price purchase order to Bear Hydraulics Inc., Warwick, RI, for the purchase of: ITEM 1: BEAD BREAKER, TIRE, PN# LEE1-100, NSN: 4910-00992-7878; Quantity 3 Each TO BE DELIVERED TO THE LOCATIONS SHOWN BELOW UNDER ?DELIVERY?. Equipment must be new material. Used, reconditioned, overhauled, or remanufactured material is not acceptable. Drawings are not available and cannot be furnished by the U.S. Coast Guard. Packaging, Packing and preservation shall be in accordance with best commercial practices to enable shipment to destination. All Items shall be individually packaged and labeled. Labeling shall include the appropriate Part Number, Stock Number, Nomenclature, Purchase Order Number, and Line Item Number. Labeling data shall be attached to the outside of the shipping container. Packaging material shall not consist of popcorn, shredded paper, Styrofoam of any type, or peanut packaging. Internal packing material shall be sufficient to prevent damage during shipment, handling and storage. Bar coding is not required. DELIVERY: 1 each shall be delivered to USCG Aircraft Repair and Supply Center, Receiving Bldg 63, Elizabeth City NC 27909: 1 each shall be delivered to USCG Air Station Elizabeth City, Hangar 49, Elizabeth City, NC 27909; and 1 each shall be delivered to USCG Air Station Sacramento, 6037 Price Avenue, Bldg 1106, McClellan AFB, CA 95652. The resulting Purchase Order shall be issued with 3 separate Line Items to show each individual Ship To Address. Inspection and acceptance shall be performed at destinations by receiving personnel for count and condition only. The following FAR Subpart 12 provisions and clauses are incorporated by reference: FAR 52.212-1 Instruction to Offerors-Commercial Items (JAN 2006) Facsimile or e-mail quotes are acceptable and may be faxed to (252) 334-5242 or e-mailed to Denise.P.Hall@uscg.mil. The Closing Date for receipt of quotes is 17 February 2006 at 1:00 p.m. EST. Quotes may be F.o.b Destination or F.o.b. Origin, freight prepaid. F.o.b. Origin, Freight Prepaid quotes must include shipping prices for the purpose of evaluating quotes to determine lowest overall cost to the Government. F.o.b. Origin, Freight Prepaid quotes must include freight information to be considered responsive. Quotes may be submitted on company letterhead stationary and must include the following information: Solicitation Number, Nomenclature, Part Number, National Stock Number, Unit Price, Extended Price, Payment Terms and discount offered for prompt payment, and must include the required FAR 52.212-3 Offeror Representations and Certifications ? Commercial Items (Mar 2005) of which copies can be obtained by downloading the document from www.arnet.gov/far/, by email request to dhall@arsc.uscg.mil or by calling the agency. All responsible sources may submit an offer which shall be considered. Contractors must have valid Cage Codes and DUNS Numbers, and be registered with CCR. For information regarding this RFQ contact Denise Hall (252) 334-5323, e-mail Denise.P.Hall@uscg.mil or mail Denise Hall, Contract Specialist, U.S. Coast Guard, ARSC, EISD Procurement Office, Bldg 78, Elizabeth City, NC 27909-5001. FAR 52.212-2 Evaluation-Commercial Items (Jan 1999), FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2005) Offerors shall include a completed copy of this provision with offer or complete only paragraph (j) of the provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Sept 2005) with the following addenda: FAR 52.211-14 Notice of Priority Rating for National Defense Use (SEP 1990) DO-A1, FAR 52.247-45 F.o.b. Origin and/or F.o.b. Destination Evaluation (APR 1984), FAR 52.252-1 Solicitation Provisions Incorporated by reference (Feb 1998), FAR 52.252-2 Clauses Incorporated by reference (Feb 1998) Full text may be accessed electronically at internet address www.arnet.gov/far ; Homeland Security Acquisition Regulation (HSAR) 48 CFR 3009.104-75 3052.209-70 Prohibition on contracts with corporate expatriates (DEC 2003) of which full text is available at http://www.pubklaw.com/regs/68fr67867.html; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2006)(a) (b), FAR 52.222-3 Convict Labor (June 2003)(E.O. 11755), FAR 52.222-19 Child Labor ? Cooperation with Authorities and Remedies (Jan 2006)(E.O. 13126), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999), FAR 52.222-26 Equal Opportunity (Apr 2002)(E.O. 11246), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001)(38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Era, and Other Eligible Veterans (Dec 2001)( 38 U.S.C. 4212), FAR 52.225-3 Buy American Act?Free Trade Agreement-Israeli Trade Act (Jan 2006)(41U.S.C.10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pul.L. 108-77, 108-78,108-26) Alternate I (Jan 2004) of 52.225-3, FAR 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury), FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332).
 
Record
SN00982948-W 20060210/060208211622 (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  © 1994-2020, Loren Data Corp.