Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 31, 2007 FBO #1951
MODIFICATION

55 -- INDUSTRIAL PLYWOOD ORDER

Notice Date
1/30/2007
 
Notice Type
Modification
 
NAICS
423310 — Lumber, Plywood, Millwork, and Wood Panel Merchant Wholesalers
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command Portsmouth, 4000 Coast Guard Boulevard, Portsmouth, VA, 23704-2199, UNITED STATES
 
ZIP Code
23704-2199
 
Solicitation Number
HSCG27-07-Q-3JL284
 
Response Due
2/15/2007
 
Point of Contact
John Lukondi, Contract Specialist, Phone 757-483-8555, Fax 757-483-8623, - Dale Kendrick, Purchasing Agent, Phone 757-483-8541, Fax 757-483-8623,
 
E-Mail Address
john.m.lukondi@uscg.mil, Robert.D.Kendrick@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
THIS IS AMMENDED TO CORRECT PLYWOOD DIMENSIONS: 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; proposals are being requested and a written solicitation will not be issued. HSCG27-07-Q-3JL284 is issued as a {Request for Quotation (RFQ)}. The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 05-14. The applicable NAICS number is 423310 and the small business size standard is 100 employees. This is an unrestricted procurement. The FOB Destination delivery is to: Portsmouth, VA, on or before: 3/9/07. Offers are due at: USCG ISC Portsmouth, VA, by the Close of Business on 2/15/07. Questions may be directed to John Lukondi, telephone 757-483-8555. The USCG ISC Portsmouth has a requirement to purchase the following: (a) 925 each, 0.500in x 4ft x 8ft MDO plywood (finished on both sides) Delivery must be via flat bed truck. Company?s quotes should include: (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price, availability and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; (12) Company Tax Information Number and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The following FAR provisions/clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (JULY 2003); there are no addenda to this provision. FAR 52.212-2 Evaluation-Commercial Items-Pricing (JAN 1999) is incorporated and the evaluation criteria will be: pricing and delivery. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2004) with Alt 1 must be included with your offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jan 2004); there are no addenda to this clause. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (May 2004). The following clauses listed in 52.212-5 are incorporated: 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003) (15 U.S.C. 644); 52.222-3 Convict Labor (June 2003) (E.O. 11755); 52.222-19, Child Labor ? Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126); 52.222-26 Equal Opportunity (Apr 2002) (E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Dec 2001) (29 U.S.C. 793); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Dec 2001) (38 U.S.C. 4212); 52.225-1 Buy American Act ? Supplies (Jun 2003) (41 U.S.C. 10a-10d); 52.225-3 Buy American Act ? Free Trade Agreements ? Israeli Trade Act (Apr 2006) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub L. 108-77, 108-78, 108-286); 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (Oct 2003) (21U.S.C. 3332). The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts With Corporate Expatriates (Dec 2003); HSAR clause 3052.211-90 Bar Coding Requirements (Dec 2003); HSAR clause 3052.213-90 Evaluation Factor for Coast Guard Performance of Bar Coding Requirement (Dec 2003). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (30-JAN-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 29-MAR-2007, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/USCG/COUSCGISCP/HSCG27-07-Q-3JL284/listing.html)
 
Place of Performance
Address: USCG ISC PORTSMOUTH, INDUSTRIAL (JL284), 4000 COAST GUARD BLVD, PORTSMOUTH, VA
Zip Code: 23703-2199
Country: UNITED STATES
 
Record
SN01262655-F 20070331/070329225711 (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.