Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2008 FBO #2298
SOLICITATION NOTICE

20 -- ALUMINUM HONEYCOMB JOINER PANEL

Notice Date
2/14/2008
 
Notice Type
Solicitation Notice
 
NAICS
332312 — Fabricated Structural Metal 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, UNITED STATES
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-08-Q-40572
 
Response Due
2/22/2008
 
Point of Contact
Ronald Almond, Purchasing Agent, Phone 410-762-6451, Fax 410-762-6008, - Sharon Byrd, Purchasing Agent, Phone 410-762-6491, Fax 410-762-6008
 
E-Mail Address
ronald.almond@uscg.mil, Sharon.L.Byrd@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation HSCG40-08-Q-40572 for commercial items prepared in accordance with 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. (ii) Questions concerning this solicitation may be addressed to Ron Almond at (410-762-6451) or Sharon Byrd (410-762-6491). Proposals may be submitted electronically to the following email address: Ron Almond@uscg.mil. (iii) The solicitation/synopsis and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-23. Effective January 25, 2008. (iv) This is a set aside for small business. The NAICS code for this solicitation is 332321 and the small business standard is 500 employees. (v) The United States Coast Guard Engineering Logistics Center has a requirement for the following parts: #1: Item Description: Aluminum Honeycomb Joiner Panel, Honey Comb panel facing and laminate configurations shall be in accordance with (IAW) the Statement of Work, Para. 3.1.1.1. QTY: 10 ea. #2: Item Description: Aluminum Honeycomb Joiner Panel, Honey Comb panel facing and laminate configurations shall be IAW the Statement of Work, Para. 3.1.1.2. QTY: 44 ea. #3: Item Description: Aluminum Honeycomb Joiner Panel, Honey Comb panel facing and laminate configurations shall be IAW the Statement of Work, Para. 3.1.1.3. QTY: 60 ea. All interested parties may contact Ron Almond for copies of the required specifications: (a) Statement of Work, (b) Aerospace Material Specification SAE-AMS-4348, (c) Aerospace Material Specification SAE-AMS-25463. (vi) Packaging and Marking requirements are as follows: Standard Commercial Packaging acceptable. Marking: Package/box, container shall be marked with nomenclature, cage, and the unit of issue per unit. Larger items will be individually marked and packaged according to standard commercial packaging. Failure to accomplish this may result in the rejection of the delivered items. A packing list may be attached to the outside of the shipping container with marking information. Another packing list shall be included inside the container. Rejection of all items under this contract requires Contracting Officer approval. (vii) FOB destination, Delivery to U.S. Coast Guard, Engineering Logistics Center, Bldg. 88, Receiving Room, 2401 Hawkins Point Road, Baltimore, MD. 21226. (viii) The following FAR clause applies to this solicitation FAR 52.212-1, Instructions to Offerors-Commercial Items (OCT 2003). Offerors may obtain the full text version of this clause electronically at http://www.arnet.gov/far. Documentation to support minimum mandatory requirement: All offerors must submit written documentation demonstrating that they have successfully delivered this product to a government marine shipyard within the last 24 months. All offerors who do not submit this documentation which supports the minimum mandatory requirement including contract number, current point of contact and phone number will not be considered for award. Offerors/Quoters shall submit delivery, price and minimum mandatory documentation in their quote. Quotation shall include, proposed delivery in days, pricing for items individually packed, marked and bar coded, the company Tax Identification Number and Duns Number. Offerors must also fill out and return FAR Clause 52.212-3 Offeror Representations and Certifications-Commercial Items (JUNE 2003). (ix) The following FAR clause applies to this solicitation FAR 52.212-2, Evaluation Commercial Items (2003). This is a commercial item acquisition subject to the evaluation process outlined in FAR 13.106. Offerors may obtain the full text version of this clause electronically at http://www.arnet.gov/far. 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 will be delivery and price. Delivery will be evaluated as slightly more important than price. Offerors/quoters who do not meet the minimum mandatory requirements will not be considered technically acceptable and may not be considered for award. Quotations shall be received no later than February 14, 2007, All responsible sources may submit a quotation, which if timely received shall be considered by this agency. Award will be based on ALL ITEMS OR NONE. (x) The following FAR clause applies to this solicitation FAR 52.212-3. Annual Representations and Certifications, the use of ORCA is mandatory as of January 1, 2005. ORCA is available through Business Partner Network (BPN) at http://www.bpn.gov. Contractors will use ORCA to electronically submit annual representations and certifications (REP & CERTS). If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete paragraphs (b) through (k) of provision FAR 52.212-3 which can be obtained electronically at http://www.arnet.gov/far. (xi) The following FAR clause applies to this solicitation FAR 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2003). Offerors may obtain the full text version of this clause electronically at http://www.arnet.gov/far. (xii) The following FAR clause applies to this solicitation 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (JUNE 2004). Offerors may obtain the full text version of this clause electronically at http://www.arnet.gov/far. The following clauses listed in 52.215-5 are hereby incorporated: 52.219-8, Utilization of Small Business Concerns (May 2004); 52.222-3 Convict Labor (JUNE 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126); 52.225-1, Buy American Act-Supplies (41 U.S.C. 10a-10D); 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: 3052.209-70 Prohibition on contracts with corporate expatriates. (June 2006). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. See Numbered Note 1. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (14-FEB-2008). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 10-MAR-2008, 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/USCGELC/HSCG40-08-Q-40572/listing.html)
 
Place of Performance
Address: U. S. Coast Guard, Engineering Logistics Center, 2401 Hawkins Point Road, Baltimore, MD.
Zip Code: 21226
Country: UNITED STATES
 
Record
SN01528769-F 20080312/080310230151 (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.