Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 02, 2006 FBO #1679
SOLICITATION NOTICE

20 -- Berths and Lockers

Notice Date
6/30/2006
 
Notice Type
Solicitation Notice
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker 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-41146
 
Response Due
7/21/2006
 
Small Business Set-Aside
Total Small Business
 
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-41146. This combined synopsis constitutes a solicitation and incorporates provisions and clauses are those in effect through Federal Acquisition Circular 2005-09. Those interested in submitting a quotation shall request drawings from Linda Mannion @ 410-762-6475 or via e-mail (Linda.A.Mannion@uscg.mil). This procurement is 100% set-aside for small business. The NAICS code for this solicitation is 337215 and the small business size standard is 500 employees. The U.S. Coast Guard has a requirement for the following items: Item 0001, ACN 2090-01-LG8-8191, Berth, crew, 3 high, single unit with locker under, aluminum, unit shall be constructed I.A.W. CG drawing FL 3306-31, Rev. B dated 5/26/97. Complete with Lee rails (provided unattached so berth can be used as right or left hand), privacy screens for both ends and back, bunk light fluorescent type FSN 6230-00-578-7548 or equal. Unit shall be complete with all components except stanchion system, upper and lower deck clips and stanchion hardware. Finish to be baked enamel, color number 23617 Tan I.A.W. Fed. Std. 595B. Powder coating I.A.W. MIL-PRF-24712A Type I, II Class 1 is acceptable. Note: Stanchion system will be provided under 2090-01-LG8-8245. Quantity, 7 Each. Item 0002, ACN 2090-01-LG8-8198, Berth, crew, 3 high, single unit with locker under, aluminum, unit shall be constructed I.A.W. CG drawing FL-3306-31, Rev B dated 5/26/97. Complete with Lee rails (provided unattached so bunk can be used as right or left hand), privacy screens for both ends, bunk light fluorescent type FSN 6230-00-578-7548 or equal. Unit shall be complete with all components except stanchion system, upper and lower deck clips and stanchion hardware. Finish to be baked enamel, color number 23617 I.A.W. Fed Std. 595B. Powder coating I.A.W. MIL-PRF-24712A Type I, II, Class 1 is acceptable. Note: Stanchion system will be provided under Stock Number 2090-01-LG8-8245. Quantity, 21 Each. Item 0003, ACN 2090-01-LG8-8245, Stanchion Set, Berthing, crews, one complete set for 270 vessel, complete with upper and lower deck clips and all associated hardware and fasteners to install 28 crews? berths. Stanchions shall be 1? x 3? x 109? LG. Steel tubing I.A.W. CG drawing FL-3306-31 Rev. B dated 5/26/97. Finish to be baked enamel color number 23617 Tan I.A.W. Fed. STD 595B. Powder coating I.A.W. MIL-PRF-24712A Type I, II, Class 1 is acceptable. Note: Stanchion set to install berths being procured under 2090-01-LG8-8191 & 2090-01-LG8-8198. Quantity, 1 Set Item 0004, ACN 2090-01-LG8-8200, Locker, clothing, 18? wide. Left hand door, aluminum, less sub-base, constructed I.A.W. Coast Guard drawing FL-3306-29 Type B. Finish to be baked enamel, color to be I.A.W. FED. STD. 595B Color number 23617. Powder coating I.A.W. MIL-PRF-24712A, Type I, II, Class 1 is acceptable. For Sub-Base, see 2090-01-LG8-8202. Quantity, 28 Each. Item 0005, ACN 2090-01-LG8-8203, Locker, clothing, 18? wide, right hand door, aluminum, less sub-base, constructed I.A.W. Coast Guard drawing FL-3306-29 Type B. Finish to be baked enamel, color to be I.A.W. Fed. STD. 595B color number 23617 Tan. Powder Coasting I.A.W. MIL-PRF-24712A Type I, II, Class 1 is acceptable. For sub-base, see 2090-01-LG8-8202. Quantity, 56 Each. Item 0006, ACN 2090-01-LG8-8202, Sub-base, 4? deep, for 18? wide clothing locker, single, 300 series ST. constructed I.A.W. Coast Guard drawing FL-3306-29. Quantity, 12 Each. Item 0007, ACN 2090-01-LG8-8256, Sub-base, 4? deep, locker, double, unit to accommodate 2 each 18? lockers, 300 series SST, constructed I.A.W. Coast Guard drawing FL-3306-29. Quantity, 8 Each. Item 0008, ACN 2090-01-LG8-8257, Sub-base, 4? deep, locker, quadruple, unit to accommodate 4 each 18? lockers, 300 series SST. Constructed I.A.W. Coast Drawing FL-3306-29. Quantity, 14 Each. Packaging specifications for Items 0001 through 0003 are as follows: Each separate unit of each line item (i.e. Item no. 0001, Berth, crew, 7 units) 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. Packaging specifications for Items 0004 through 0008: Standard commercial packaging is acceptable. Marking: Each item shall be legibly marked with the Stock Number, Contract Number, Unit of Issue, Noun Name, Part Number, and Cage. All items shall be individually packaged and marked per unit of purchase unless specified in advance of receipt of material. Pricing shall be quoted F.o.b. Destination. Delivery shall be made to USCG Engineering Logistics Engineering Center, Receiving Room, Building #88, 2401 Hawkins Point Road, Baltimore, Maryland 21226. All deliveries shall be made no later than ten (10) weeks after award. The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.acquisition.gov/far. FAR 52.212-1, Instructions to Offerors?Commercial Items (Jan 2006) and the following addendum: Submission of Offers: 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) proposal 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 and Dun & Bradstreet (DUNS) number; (5) Contractor?s full name, address, and telephone number, (6) information sufficient to demonstrate a bona fide capability to provide the above items; and (7) provide one (1) recent and relevant past performance reference including Point of Contact and telephone 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. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. FAR 52.212-2, Evaluation ? Commercial Items, (JAN 1999) and the following addendum: This is a commercial item acquisition and will be evaluated using procedures in FAR 13.1. Proposals shall be evaluated on the following evaluation factors: Best Value Basis (Price, Delivery Schedule, capability to provide, and past performance). All factors are of equal importance. 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. 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. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (SEP 2005) and the following Addenda: Address for submission of invoices: U.S. Coast Guard YARD, P.O. Box 4122, Chesapeake, VA 23327-4122; FAR 52.204-6 Data Universal Numbering System (DUNS) Number (Jun 1999); FAR 52.211-14 Notice of Priority Rating for National Defense Use (Sep 1990) DO Rated; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (APR 2006) to include the following: 52.203-6 Restrictions on Subcontractor Sales to the Government (Jul 1995) ALT I (Oct 1995); 52.219-6 Notice of Total Small Business Set-Aside (June 2003); 52.219-8 Utilization of Small Business concerns (May 2004); 52.219-14 Limitations on Subcontracting (Dec 1996); 52.222-3 Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2006); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Apr 2003); 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 Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001); 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004); 52.225-1 Buy American Act-Supplies (June 2003); 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); The following are incorporated as addenda: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Dec 2003); HSAR 3052.242-71 Dissemination of Contract Information (Dec 2003);Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. The closing date and time for receipt of quotations is 4:00 PM on 21 July 2006. 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. SEE NUMBERERD NOTE 1. NOTICE TO OFFERORS-SOLICITATION OMBUDSMAN PROGRAM. It is the policy of the USCG to issue solicitations and make contract awards in a fair and timely manner. To further this policy, the Commandant has created the position of Solicitation Ombudsman who is empowered to investigate issues raised by prospective offerors and resolve them, where possible, without expensive and time-consuming litigation. Potential offerors who believe that a USCG solicitation is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the offeror should then contact the USCG Solicitation Ombudsman at the following address: Commandant (G-CPM-S/3), 2100 Second Street, SW, Washington, DC 20593-0001; Fax: 202-267-4011.
 
Record
SN01081098-W 20060702/060630220500 (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.