Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2007 FBO #2099
SOLICITATION NOTICE

16 -- V-Ring Hoist Sling, Rescue Litter

Notice Date
8/24/2007
 
Notice Type
Solicitation Notice
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, EISD, 130J or ALD Support, Elizabeth City, NC, 27909-5001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG38-07-Q-500043
 
Response Due
8/31/2007
 
Archive Date
9/15/2007
 
Description
This is a combined synopsis/solicitation for commercial items in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. This Request for Quote HSCG38-07-Q-500043 incorporates provisions and clauses in effect through FAC 2005-18. This is an unrestricted procurement. The applicable North American Industry Classification Standard is 332999 and the Small Business Size Standard is 500 employees. The U.S. Coast Guard (USCG) intends to issue a Firm Fixed Price Purchase Order using the procedures of FAR Part 12, Acquisition of Commercial Items, in conjunction with FAR Part 13 Simplified Acquisition Procedures. The USCG intends to negotiate on a sole source basis with the original equipment manufacturer (OEM), Lifesavings Systems Corp. 220 Elsberry Rd., Apollo Beach, FL 33572 (Cage Code 64249), or a responsible contractor who can provide a Certificate of Conformance with traceability to the Original Equipment Manufacturer (OEM) for the purchase of the the following: Item 1: V-Ring Type Hoist Sling for Rescue Litters, P/N 193-A, Quantity 200 Each. To meet the requirements of FAR 11.105 and 5.102(a)(6), the Justification/documentation for purchase of items peculiar to one manufacturer will be included with the solicitation as a solicitation amendment. Contractors shall furnish a Certificate of Conformance in accordance with FAR Clause 52.246-15 and in the format specified in the clause. Traceability means that the awardee must be able to provide a clear, documented, auditable paper trail for ownership and transfer of each part from the OEM to the final vendor. All material must be new. Reconditioned/Used Material is not acceptable. The USCG does not own, nor can it provide, specifications, plans, drawings or other technical data. All responsible sources may submit an offer which shall be considered by the agency. PACKAGING AND MARKING: Packaging, packing and preservation shall be in accordance with ASTM D3951-98 (Re-approved 2004) Standard Practice for Commercial Packaging. Each package shall be individually labeled on the outside with Nomenclature, P/N, NSN, Quantity, Contract Number and CLIN. Labeling data shall be attached to the outside of the shipping container. The contractor must include a Certificate of Conformance (CoC) for the material including the required documentation showing traceability to the OEM. Internal packaging material must be sufficient to prevent damage during shipment, handling and storage. Packaging material shall not consist of popcorn, shredded paper, styrofoam of any type, or peanut packaging. Preservation protection must be sufficient to prevent corrosion, deterioration, or decay during warehouse storage with temperatures ranging from 95 to 40 degrees Fahrenheit and high humidity for a period of one year. Bar coding is authorized but not required. INSPECTION AND ACCEPTANCE shall be performed at destination by receiving personnel for count, condition, verification of CoC's and OEM traceability documentation. DELIVERY shall be made to the USCG Aircraft Repair and Supply Center (ARSC), Receiving Section Bldg 63, 1664 Weeksville Rd., Elizabeth City, NC 27909. F.o.b. Destination quotes are desired. F.o.b Origin quotes shall be F.o.b. Origin, Freight Prepaid and include shipping costs. The Government requires delivery of all items to be complete within 30 days after receipt of an order. The following FAR Subpart provisions and clauses are incorporated by reference in accordance with the format prescribed by FAR 12.303: CLAUSES: FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007) with the following Addenda: FAR 52.211-14 Notice of Priority Rating for National Defense Use (Sep 1990), FAR 52.211-17 Delivery of Excess Quantities (Sep 1989) FAR 52.232-11 Extras (Apr 1984), FAR 246-15 Certificate of Conformance (Apr 1984), FAR 52.247-34 F.o.b. Destination (Nov 1991), FAR 52.252-1 Solicitation Provisions Incorporated By Reference (Feb 1998) and 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 Prohibition on Contracts With Expatriates (Jun 2006) of which full text is available at http://www.pubklaw.com/regs/68fr67867.html; FAR 52.212-5 Contracts Terms and Conditions Required to Implement Statutes or Executive Order-Commercial Items (Mar 2007)(a)(b), FAR 52.219-28 Post Award Small Business Program Rerepresentation (Jun 2007) (15 U.S.C. 632(a)(2)), FAR 53.222-3 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 (Mar 2007)(E.O. 11246), FAR 52.222-36 Affirmative Action for Workers with Disabilities (June 1998)(29 U.S.C. 793), 52.225-1 Buy American Act-Supplies (June 2003)(41 U.S.C. 10a-10d), 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); PROVISIONS: FAR 52.212-1 Instructions to Offerors-Commercial Items (Sept 2006) with the following addenda; The Closing Date and Time for receipt of quotes is 31 August, 2007 at 1:00pm EDST. ; FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) (a) The following factors shall be used to evaluate quotes and are listed in the order of importance 1) capability of the item to meet the Government's requirement, 2) Price, inclusive of transportation charges if quotes are F.o.b. Origin. The offeror agrees to hold it prices in its offer firm for 30 calendar days. Offers may be emailed or faxed to Denise Hall, Contract Specialist at Denise.P.Hall@uscg.mil or fax (252)334-5242. FAR 52.212-3 Offeror Representations and Certifications Commercial Items (Nov 2006) 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. LEGAL EFFECT OF QUOTATIONS (FAR 13.004) A quotation is not an offer and, consequently, cannot be accepted by the Government to form a binding contract. Therefore, issuance by the Government of an order in response to a supplier's quotation does not establish a contract. The order is an offer by the Government to the supplier to buy certain supplies or services upon specified terms and conditions. A contract is established when the supplier accepts the offers. The supplier may indicate acceptance by furnishing the supplies or services ordered, by proceeding with the work to the point where substantial performance has occurred. When appropriated the contracting officer may ask the supplier to indicate acceptance of an order in writing.
 
Record
SN01384076-W 20070826/070824220738 (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.