Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2007 FBO #1892
SOLICITATION NOTICE

42 -- SEAT BELTS, LIFT LEVER

Notice Date
1/29/2007
 
Notice Type
Solicitation Notice
 
NAICS
336360 — Motor Vehicle Seating and Interior Trim Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second St., SW, Washington, DC, 20593-0001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-HSCG23-07-Q-SEATBELT
 
Response Due
2/9/2007
 
Archive Date
2/16/2007
 
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; quotes are being requested and a written solicitation will not be issued. Solicitation number HSCG23-07-Q-SEATBELT is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-14. The applicable North American Industry Classification Standard Code is 336360. The small business size standard is 500 employees. This is a small business set-aside solicitation. Award will be made based on price. The firm-fixed price contract will be awarded using simplified acquisition procedures in accordance with FAR 13.5. Anticipate contract award by February 16, 2007. The requirement consists of the following two items. Item (1) provide 1,000 each Lift Lever Seat Belt Requirements (Long) - The long individual restraint (lap belt) shall have a 35 degree Lift Lever lock mechanism capable of single handed release. Buckle shall allow belt pull down adjustment to tighten seat belt. All exterior metallic components shall be made of a non-corrosive marine grade 17-4, 18-8, 304 or 316 stainless steel. Interior metallic components shall be the same material or grade 6061 or 6063 aluminum. The lap belt consists of 2 inch (+/- 1/4 inch) nylon or polyester seat belt webbing which shall be adjustable to a maximum combined length of 80 inches measured from end fitting hole to end fitting hole. Webbing shall have a breaking strength of not less than 22,241 Newtons (N) and shall be resistant to abrasion, light and micro-organisms. Color shall be black. The left and right sides of the lap belt shall be equal in length and both sides shall have an individual adjustable slide to accommodate central positioning of the 35 degree lift lever lock while in use. Each side of the lap belt shall individually measure 40 minimum inches for a total combined length of approximately 80 inches from the terminal anchor points. The seat belt bolt end tabs shall have 1/2 inch mounting holes. Belts shall comply with Society of Automotive Engineers (SAE) Aerospace Standard (AS) 8043 or 49 Code Federal Regulation (CFR) 571.209. Item (2) provide 1,000 each Lift Lever Seat Belt Requirements (Short) - The short individual restraint (lap belt) shall have a 35 degree Lift Lever lock mechanism capable of single handed release. Buckle shall allow belt pull down adjustment to tighten seat belt. All exterior metallic components shall be made of a non-corrosive marine grade 17-4, 18-8, 304 or 316 stainless steel. Interior metallic components shall be the same material or grade 6061 or 6063 aluminum. The lap belt consists of 2 inch (+/- 1/4 inch) nylon or polyester seat belt webbing which shall be adjustable to a maximum combined length of 55 inches measured from end fitting hole to end fitting hole. Webbing shall have a breaking strength of not less than 22,241 Newtons (N) and shall be resistant to abrasion, light and micro-organisms. Color shall be black. The left and right sides of the lap belt shall be equal in length and both sides shall have an individual adjustable slide to accommodate central positioning of the 35 degree Lift Lever lock while in use. Each side of the lap belt shall individually measure 27 inches minimum for a total combined length of approximately 55 inches from the terminal anchor points. The seat belt bolt end tabs shall have 1/2 inch mounting holes. Belts shall comply with SAE AS 8043 or 49 CFR 571.209. Delivery required as follows: One each of both item 1 and 2 to be delivered on or before March 2, 2007, for inspection and acceptance. After acceptance of items 1 and 2, all remaining items to be delivered FOB Destination on or before April 20, 2007. Earlier deliveries of all or partial quantities are desired. Deliver to USCG Response Boat Small Project Resident Office, 4255 SE Mile Hill Dr, Port Orchard, WA 98366-3920. Packaging, packing, and preservation shall be in accordance with best commercial practices to enable shipment to destination and transshipment to Coast Guard units without repackaging or incurring damage during shipment and handling. Bar coding is not required. The following FAR Subpart 12 provisions and clauses are incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items (Sept 2006) applies to this acquisition. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Sept 2006) ? ALT I (April 2002). FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Sept 2005) with the following included by Addendum: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (JUN 2006). FAR 52.252-1 Solicitation Provisions Incorporated by Reference, and 52.252-2 Clauses Incorporated by Reference (Feb 1998), the full text of a provision or clause may be accessed electronically at this Internet address: www.arnet.gov/far, and 52.247-34 F.O.B. Destination (Nov 1991); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Nov 2006) (b)(1), (5)(1), (14)-(21), (24), (26), and (31). Point of contact is Dianne Palmatier at (360) 769-2417 ext. 31. Closing date/time for submission of quotations is February 09, 2007, at 3:00 P.M. PST. Submit to USCG Response Boat Small Project Resident Office, 4255 SE Mile Hill Dr, Port Orchard, WA 98366-3920. Attn: Dianne Palmatier. Quotes may be emailed for receipt by closing date/time to Dianne.L.Palmatier@uscg.mil or faxed to (360) 769-9291. All responsible sources may submit a quote, which will be considered. Quotes may be submitted on company letterhead stationery indicating the Description Nomenclature, Manufacturer, Part Number, Unit Price, Total Price, and delivery schedule. Submit descriptive literature including photo or picture of seatbelt is requested. Provide DUNS number. Quotes must include the required FAR 52.212-3, Offeror Representations and Certification-Commercial Items (JUN 2006) of which copies can be obtained by downloading the document from www.arnet.gov/far. A formal notice of changes (if applicable) will be issued in the FedBizOpps (www.eps.gov) via an amendment(s). If applicable, acknowledge all amendments with submission of quote. NOTICE FOR FILING AGENCY PROTESTS. It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe that Coast Guard procurement 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 interested party is encouraged to contact the Coast Guard Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protesters concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agencys goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth at FAR 33.103(d)(2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude refilling of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protest filed under the OPAP program should be forwarded to the address below: Commandant (G-CPM-S/3) 2100 2nd Street, SW, Room 2606 Washington, D. C. 20593 Telephone (202) 267-2285 Fax: (202) 267-4011
 
Place of Performance
Address: USCG Response Boat Small Project Resident Office, 4255 SE Mile Hill Dr, Port Orchard, WA
Zip Code: 98366-3920
Country: UNITED STATES
 
Record
SN01221087-W 20070131/070129220231 (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.