Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 20, 2006 FBO #1636
SOLICITATION NOTICE

20 -- Berthing and Lockers

Notice Date
5/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
337124 — Metal Household Furniture Manufacturing
 
Contracting Office
Department of Homeland Security, 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-41144
 
Response Due
6/7/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation and is 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 SOLICITATION WILL NOT BE ISSUED. The Solicitation Number is HSCG40-06-Q-41144 and is issued as a Request for Quotation. DRAWINGS ARE AVAILABLE UPON REQUEST. The Point of Contact is Linda Mannion; Linda.A.Mannion@uscg.mil or you may call (410) 762-6475. This procurement is 100% set-aside for small business. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-05. The North American Industry Classification System (NAICS) Code is 337124 and the business size standard is 500 employees. The U.S. Coast Guard Engineering Logistics Center intends to award this requirement as a firm-fixed price contract. Delivery shall be made F.o.b. Destination to U.S. Coast Guard Engineering Logistics Center, Receiving Room, Building #88, 2401 Hawkins Point Road, Baltimore, Maryland 21226. The Government?s required delivery is on or before 31 August 2006; however an earlier delivery schedule may be proposed. Price and delivery information shall be provided for the following: Item 0001, ACN 2090-01-LG4-4697, Berth, crews, with locker under, aluminum, double unit, (3) berths high, paint finish to be powder coating I.A.W. MIL-PRF-24712A Type I, II, Class I, color to match FED STD. 595B #23617 Tan, Unit shall be constructed I.A.W. CG drawing FL-3306-31 REV "B", Type H Privacy Screens. Quantity, 2 EA. Item 0002, ACN 2090-01-LG4-6487, Berth, crews, with locker under, aluminum, double unit, (3) berths high, paint finish to be powder coating I.A.W. MIL-PRF-24712A Type I, II, Class I, color to match FED STD. 595B #23617 Tan, Unit shall be constructed I.A.W. CG drawing FL-3306-31 REV "B", Type I Privacy Screens. Quantity, 3 EA. Item 0003, ACN 2090-01-LG4-4702, Berth, crews, with locker under, aluminum, right hand, single unit, (3) berths high, paint finish to be powder coating I.A.W. MIL-PRF-24712A Type I, II, Class I, color to match FED STD. 595B #23617 Tan, Unit shall be constructed I.A.W. CG drawing FL-3306-31 REV "B", Type E Privacy Screen. Quantity, 2 EA. Item 0004, ACN 2090-01-LG4-4698, Berth, crews, with locker under, aluminum, left hand, single unit, (3) berths high, paint finish to be powder coating I.A.W. MIL-PRF-24712A Type I, II, Class I, color to match FED STD 595B #23617 Tan, Unit shall be constructed I.A.W. CG drawing FL-3306-31 REV "B", Type F Privacy Screen. Quantity, 3 EA. Item 0005, ACN 2090-01-LG4-6488, Berth, crews, with locker under, aluminum, right hand, single unit (3) berths high, paint finish to be powder coating I.A.W. MIL-PRF-24712A Type I, II, Class I, color to match FED STD. 595B #23617 Tan, Unit shall be constructed I.A.W. CG drawing FL-3306-31 REV "B", Type K Privacy Screens. Quantity, 2 EA. Item 0006, ACN 2090-01-LG4-6489, Berth, crews, with locker under, aluminum, left hand, single unit, (3) berths high, paint finish to be powder coating I.A.W. MIL-PRF-24712A Type I, II, Class I, color to match FED STD. 595B #23617 Tan, Unit shall be constructed I.A.W. CG drawing FL-3306-31 REV "B", Type L Privacy Screen. Quantity, 1 EA. Item 0007, ACN 2090-01-LG4-4701, Berth, crews, with locker under, aluminum, right hand, single unit, (3) berths high, paint finish to be powder coating I.A.W. MIL-PRF-24712A Type I, II, Class I, color to match FED STD. 595B #23617 Tan, Unit shall be constructed I.A.W. CG drawing FL-3306-31 REV "B", Type G Privacy Screen. Quantity, 2 EA. Item 0008, ACN 2090-01-LG4-4703, Berth, crews, with locker under, aluminum, left hand, single unit, (3) berths high, paint finish to be powder coating I.A.W. MIL-PRF-24712A Type I, II, Class I, color to match FED STD. 595B #23617 Tan, Unit shall be constructed I.A.W. CG drawing FL-3306-31 REV "B", Type J Privacy Screen. Quantity, 2 EA. Item 0009, 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 fasteners to install crews berthing. Paint to be powder coating I.A.W. MIL-PRF-24712A Type I, II, Class I, color to match FED STD. 595B, color no. 23617 Tan, Bunk mounting clips to be supplied unattached. Quantity, 1 AY. Item 0010, ACN 2090-01-LG4-6491, Locker, clothing, aluminum, left hand door, paint finish to be powder coating I.A.W. MIL-PRF-24712A Type I, II, Class I, color to match FED STD. 595B #23617 Tan. 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, 66 EA. Item 0011, ACN 2090-01-LG4-6561, Subbase, 4" deep, stainless steel, 300 series, constructed I.A.W. NAVSEA drawing No. S3306-921770, (To be used with Stock No. 2090-01-LG4-6491, Locker clothing 16" wide Type A CG drawing FL-3306-29). Quantity, 6 EA. Item 0012, ACN 2090-01-LG4-6562, Subbase, 4" deep, stainless steel, 300 series, constructed I.A.W. NAVSEA drawing No. S3306-921770, (To be used with clothing locker CG drawing FL-3306-29, 16" wide, Type A Stock No. 2090-01-LG4-6491) and to accommodate 2 units. Quantity, 2 EA. Item 0013, ACN 2090-01-LG4-6563, Subbase, 4" deep, stainless steel, 300 series, constructed I.A.W. NAVSEA drawing No. S3306-921770, to be used with Stock No. 2090-01-LG4-6491(CG drawing FL-3306-29, 16" wide Type A clothing locker) and to accommodate 3 units. Quantity, 1 EA. Item 0014, ACN 2090-01-LG4-6564, Subbase, 4" deep, stainless steel, 300 series, constructed I.A.W. NAVSEA drawing No. S3306-921770, Used with Stock No. 2090-01-LG4-6491 and to accommodate 4 units. Quantity, 12 EA. Item 0015, ACN 2090-01-LG4-6565, Subbase, 4" deep, stainless steel 300 series, constructed I.A.W. NAVSEA drawing No. S3306-921770. To be used with Stock No. 2090-01-LG4-6491 and to accommodate 5 units. Quantity, 1 EA. Packaging specifications for Items 0001 through 0015 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 complete line 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 from contact with internal blocking or bracing or anything inside the shipping container. Markings: Each box shall be marked with: Item name, stock Number, Mfg Part Number, Cage, Contract Number, and date in printed black block letters, minimum 1? high. The following provisions and clauses apply: FAR 52.252-1 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. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://acquisition. The Contracting Officer will make their full text available upon request. FAR 52.212-1, Instructions to Offerors?Commercial Items (Jan 2006); with the following Addenda: PROPOSAL INSTRUCTIONS: Offerors shall provide F.o.b. Destination pricing and delivery information for each item above. Offeror shall submit at least one relevant past performance reference including point of contact and current telephone number. FAR 52.212-2, Evaluation-Commercial Items (Jan 1999); The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price, delivery schedule and experience, each being of the same importance. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2005) to include alt I (Apr 2002); these certifications must be included with quote. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Sep 2005) with the following addenda: Address for submission of invoices: U.S. Coast Guard YARD, P.O. Box 4122, Chesapeake, VA 23327-4122; Payment Terms: The Government's normal payment terms are Net 30, however Offerors may propose discounts for prompt payment. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders?Commercial Items (Apr 2006); FAR 52.204-6 Data Universal Numbering System (DUNS) Number; FAR 52.211-14 Notice of Priority Rating for National Defense Use, DO Rated FAR 52.219-6 Notice of Total Small Business Set Aside (Jun 2003); FAR 52.222-3 Convict Labor (E.O. 11755), 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Jan 2006) (EO 11755); FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35 Equal Opportunity for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212), Buy American Act?Free Trade Agreements?Israeli Trade Act (APR 2006); FAR 52.225-13,Restrictions on Certain Foreign Purchases (Feb 2006); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); contractor must be registered in CCR before receiving award, FAR 52.252-2 Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://www.acquisition.gov; HSAR 3052.242-71 Dissemination of Contract Information (Dec 2003); HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Dec 2003); ; HSAR 3042.242-72 Contracting Officer?s Technical Representative (Dec 2003). The closing date and time for receipt of offers is 06/07/06, 2:00 PM, Eastern Time. SEE NUMBERED NOTE 1. 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 also include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. E-Mail quotes are acceptable and may be sent to Linda.A.Mannion@uscg.mil. Facsimile quotes are acceptable and may be sent to (410) 762-6008. Hand-delivered quotes and/or original, hard copy quotes shall be sent to Commanding Officer, U.S. Coast Guard Engineering Logistics Center, YARD Acquisitions Branch, Bldg. 58, 2nd Floor, Mail Stop 8, 2401 Hawkins Point Road, Baltimore, Maryland 21226-5000. Point of contact for this solicitation is Linda Mannion, (410) 762-6475.
 
Record
SN01052819-W 20060520/060519133853 (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.