Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2008 FBO #2301
MODIFICATION

20 -- Aluminum Honeycomb Joiner Panels

Notice Date
3/13/2008
 
Notice Type
Modification
 
NAICS
332321 — Metal Window and Door 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-40178
 
Response Due
3/20/2008
 
Archive Date
4/4/2008
 
Point of Contact
Stefanie Schmitz, Contract Specialist, Phone 410-762-6445, Fax 410-762-6008
 
E-Mail Address
Stefanie.W.Schmitz@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 1 - Created to extend the due date of this request for quote to 3/20/08. All other terms and conditions remain the same. This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. Solicitation number HSCG40-08-Q-40178 applies, and is issued as a Request for Quotation. This procurement is set aside for small business. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-23. The North American Industry Classification System (NAICS) code is 332321 and the business size standard is 500 employees. U.S. Coast Guard Engineering Logistics Center intends to award a Firm Fixed Price Requirements type Contract. This is a Small Business Set-Aside. Failure to follow the packaging instructions may result in your company being charged money by the USCG to cover the costs of repackaging the items purchased in this purchase order. Your company may also be charged shipping costs to cover the cost of returning the material to your company for repackaging. Please pay close attention to the desired delivery dates for each item. If you can not meet the delivery date please provide new dates. ITEM 0001, Aluminum honeycomb joiner panel I.A.W. spec below. Honeycomb panel facing and laminate configurations shall be I.A.W. paragraph 3.1.1.1 of the above scope. Quantity 24 EA, DESIRED DELIVERY DATE 10/1/08; ITEM 0002, Aluminum honeycomb joiner panel I.A.W. spec below. Honeycomb panel facing and laminate configurations shall be in I.A.W. paragraph 3.1.1.2. Quantity 110 EA, DESIRED DELIVERY DATE 10/1/08; ITEM 0003, Aluminum honeycomb joiner panel I.A.W. spec below. Honeycomb panel facing and laminate configurations shall be in I.A.W. paragraph 3.1.1.3 Quantity 94 EA, DESIRED DELIVERY DATE 10/1/08; 1. SPECIFICATION: 1.1 This specification defines the requirements for purchase of Joiner Panels to be installed during the U.S. Coast Guard 110? Patrol Boat Mission Effectiveness Program (MEP) on all classes of vessels. 1.2 In the event of a conflict between the text of this specification and the cited reference, this specification shall take precedence. 2. APPLICABLE DOCUMENTS 2.1 (a). Nav Sea Drawing 804-4623540 Rev A (b). Aerospace Material Specification SAE-AMS-4348 (c). Aerospace Material Specification SAE-AMS-25463 3. REQUIREMENTS 3.1 The contractor shall supply the requested number of aluminum honeycomb joiner panels manufactured IAW NAVSEA drawing 804-4623540 Rev A. These joiner panels shall be a direct replacement for existing joiner panels currently installed on board a 110? Coast Guard Patrol Boat. The aluminum honeycomb joiner panels shall be 5/8? thick x 48? wide x 84? long. The honeycomb core shall be composed of 3/8? cells made from 5052 corrosion resistant aluminum alloy conforming to SAE-AMS-4348. The joiner panels shall be faced with either 304 stainless steel or 6061 aluminum sheet and laminated as described in para. 3.1.1.1, 3.1.1.2, and 3.1.1.3. Adhesive for bonding shall be film form epoxy IAW SAE-AMS-25463. 3.1.1 HONEYCOMB PANEL FACING AND LAMINATE CONFIGURATIONS 3.1.1.1 STAINLESS STEEL FACED BOTH SIDES, LAMINATED ONE SIDE Honeycomb panels shall be constructed as per para. 3.1. Both side facings shall be .025? thick type 304 stainless steel with a number 4 finish. One side shall be laminated as described in para. 3.1.2. 3.1.1.2 ALUMINUM FACED BOTH SIDES, LAMINATED BOTH SIDES Honeycomb panels shall be constructed as per para. 3.1. Both side facings shall be .045? thick type 6061 aluminum. Both sides shall be laminated as described in para. 3.1.2. 3.1.1.3 ALUMINUM FACED BOTH SIDES, LAMINATED ONE SIDE Honeycomb panels shall be constructed as per para. 3.1. Both side facings shall be .045? thick type 6061 aluminum. One side shall be laminated as described in para. 3.1.2. 3.1.2 LAMINATE REQUIREMENTS The laminate shall be ?Arvex P? (Manufactured By Arvinyl Metal Laminates Corp., 951-371-7800) or equal. ?Arvex P? is of a PVC base .015? thick and bonded to the metal facing using adhesive. Color shall be Fibers Cashmere #71025-153 or equal. 4. CERTIFICATIONS AND INSPECTIONS 4.1 Documents must be submitted to show that testing has been accomplished in accordance with the General Notes of NAVSEA Drawing 804-462350, Rev A. Acceptable documents include past or present testing results. 4.2 If an equal laminate (other then Arvex P) is used as allowed in para. 3.1.2, contractor must submit Certificate of Approval by United States Coast Guard for the Laminate and adhesive as well as a sample of the equal color. 4.3 The US Coast Guard reserves the right to perform on-site inspections during the manufacturing of these panels. CONTRACTOR SHALL CONFORM TO THE FOLLOWIING PACKAGAGING, PRESERVATION AND MARKING INSTRUCTIONS. Standard commercial packaging that provides protection during normal handling and possible long term storage up to two years is acceptable. Marking: Each item shall be individually packaged, all parts that make up this item must be individually marked with the part number and packed in the same container or secured in such a manner that the pieces do not become separated. All parts to be packaged for protection against deterioration and damage during long term storage for periods of up to two years. Packing must also ensure protection during incoming and outgoing shipment in accordance with manufacturers standard commercial practice. Marking: Each container shall have an attached packing list with all parts listed with part number and quantity. Container(s) shall be marked in permanent ink with Coast Guard Stock No. or ACN, item noun name, part/model no., quantity and date shipped, cage code or MFG?s name and Coast Guard Purchase Order No. Multiple containers shall be marked 1 of ?, 2 of ?, 3 or ?, etc and shall have a distinguishable marking to determine which boxes/crates/skids belong together for the same kit/Assy. Please quote prices FOB Destination. The following FAR 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 (Sept 2006). 52.212-2 Evaluation-Commercial Items (Jan 1999) ?Delivery, price and past performance are the evaluation factors with price being slightly more important than price or past performance. This is a best value award. Award may be to other than the lowest price. This is a commercial item acquisition. The evaluation and award procedures in FAR 13.106 apply. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2006) with Alt 1 included are to be submitted with your offers. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Sept 2005). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (June 2007). The following clauses listed in 52.212-5 are incorporated: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sep 2006) with Alt I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-6 Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644); 52.219-8 Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637 (d)(2) and (3)); 52.219-14 Limitations on Subcontracting (Dec 1996) (15 U.S.C. 637 (a)(14)); 52.219-28 Post Award Small Business Program Rerepresentation (June 2007) (15 U.S.C. 632(a)(2)); 52.222-3 Convict labor (June 2003) (E.O. 11755); 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Jan 2006) (EO 11755); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (March 2007)(E.O. 11246); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Sep 2006)(38 U.S.C. 4212); 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and other Eligible Veterans (Sep 2006) (38 U.S.C. 4212); 52.222-39 Notification of Employee Rights Concerning Payment of Union Dues or Fees (Dec 2004) (E.O. 13201); 52.222-50, Combating Trafficking in Persons (Aug 2007); 52.223-9 Estimate of Percentage of Recovered Material Content for EPA-Designated Products (Aug 2000) (42 U.S.C.6962 (c)(3)(A)(ii)); 52.225-3 Buy American Act ? Free Trade Agreements ? Israeli Trade Act (Aug 2007) (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, and 109-169); 52.225-13 Restrictions on Certain Foreign Purchases (April 2006) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (July 2006)(21 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) The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates; HSAR 3052.242-71 Dissemination of Contract Information (DEC 2003); HSAR 3052.242-72 Contracting Officer?s Technical Representative (DEC 2003), HSAR 3052.247-72 F.O.B. Destination Only (Dec 2003). Copies of HSAR clauses may be obtained electronically at: http://www.dhs.gov/interweb/assetlibrary/DHS_HSAR_DEC_2003.pdf, COMDTINST (Ombudsman) 4200.14 at http://cgweb.comdt.uscg.mil/G-CFP/g-cpm/instruction/AGENCY%20PROTESTS.HTM. This contract will result in a requirements contract with a twelve month period of performance. Expected usage will be three (3) ship sets of honeycomb joiner panels. Delivery order for two shipsets to be issued upon award. 52.216-18 ? Ordering (Oct 1995) a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the Schedule. Such orders may be issued the effective date of the requirements contract (b) All delivery orders or task orders are subject to the terms and conditions of this contract. In the event of conflict between a delivery order or task order and this contract, the contract shall control. (c) If mailed, a delivery order or task order is considered ?issued? when the Government deposits the order in the mail. Orders may be issued orally, by facsimile, or by electronic commerce methods only if authorized in the Schedule. 52.216-19 - Order Limitations (Oct 1995) a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than zero, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order. The Contractor is not obligated to honor -- (1) Any order for a single item in excess of 2 shipsets; (2) Any order for a combination of items in excess of 2 shipsets or (3) A series of orders from the same ordering office within 1 day(s) that together call for quantities exceeding the limitation in subparagraph (b)(1) or (2) of this section. (c) If this is a requirements contract (i.e., includes the Requirements clause at subsection 52.216-21 of the Federal Acquisition Regulation (FAR)), the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) of this section. (d) Notwithstanding paragraphs (b) and (c) of this section, the Contractor shall honor any order exceeding the maximum order limitations in paragraph (b), unless that order (or orders) is returned to the ordering office within 1 days after issuance, with written notice stating the Contractor?s intent not to ship the item (or items) called for and the reasons. Upon receiving this notice, the Government may acquire the supplies or services from another source. 52.216-21 ? Requirements (Oct 1995) a) This is a requirements contract for the supplies or services specified and effective for the period stated, in the Schedule. The quantities of supplies or services specified in the Schedule are estimates only and are not purchased by this contract. Except as this contract may otherwise provide, if the Government?s requirements do not result in orders in the quantities described as ?estimated?? or ?maximum? in the Schedule, that fact shall not constitute the basis for an equitable price adjustment. (b) Delivery or performance shall be made only as authorized by orders issued in accordance with the Ordering clause. Subject to any limitations in the Order Limitations clause or elsewhere in this contract, the Contractor shall furnish to the Government all supplies or services specified in the Schedule and called for by orders issued in accordance with the Ordering clause. The Government may issue orders requiring delivery to multiple destinations or performance at multiple locations. (c) Except as this contract otherwise provides, the Government shall order from the Contractor all the supplies or services specified in the Schedule that are required to be purchased by the Government activity or activities specified in the Schedule. (d) The Government is not required to purchase from the Contractor requirements in excess of any limit on total orders under this contract. (e) If the Government urgently requires delivery of any quantity of an item before the earliest date that delivery may be specified under this contract, and if the Contractor will not accept an order providing for the accelerated delivery, the Government may acquire the urgently required goods or services from another source. (f) Any order issued during the effective period of this contract and not completed within that period shall be completed by the Contractor within the time specified in the order. The contract shall govern the Contractor?s and Government?s rights and obligations with respect to that order to the same extent as if the order were completed during the contract?s effective period; provided, that the Contractor shall not be required to make any deliveries under this contract after the last delivery order has expired. Alternate I (Apr 1984). If the requirements contract is for nonpersonal services and related supplies and covers estimated requirements that exceed a specific Government activity?s internal capability to produce or perform, substitute the following paragraph (c) for paragraph (c) of the basic clause: (c) The estimated quantities are not the total requirements of the Government activity specified in the Schedule, but are estimates of requirements in excess of the quantities that the activity may itself furnish within its own capabilities. Except as this contract otherwise provides, the Government shall order from the Contractor all of that activity?s requirements for supplies and services specified in the Schedule that exceed the quantities that the activity may furnish within its own capabilities. Alternate II (Apr 1984). If the requirements contract includes subsistence for both Government use and resale in the same Schedule, and similar products may be acquired on a brand-name basis, add the following paragraph (g) to the basic clause: (g) The requirements referred to in this contract are for items to be manufactured according to Government specifications. Notwithstanding anything to the contrary stated in the contract, the Government may acquire similar products by brand name from other sources for resale. Alternate III (Oct 1995). If the requirements contract involves a partial small business set-aside, substitute the following paragraph (c) for paragraph (c) of the basic clause: (c) The Government?s requirements for each item or subitem of supplies or services described in the Schedule are being purchased through one non-set-aside contract and one set-aside contract. Therefore, the Government shall order from each Contractor approximately one-half of the total supplies or services specified in the Schedule that are required to be purchased by the specified Government activity or activities. The Government may choose between the set-aside Contractor and the non-set-aside Contractor in placing any particular order. However, the Government shall allocate successive orders, in accordance with its delivery requirements, to maintain as close a ratio as is reasonably practicable between the total quantities ordered from the two Contractors. Alternate IV (Oct 1995). If the contract includes subsistence for both Government use and resale in the same Schedule and similar products may be acquired on a brand-name basis and the contract also involves a partial small business set-aside, substitute the following paragraph (c) for paragraph (c) of the basic clause and add the following paragraph (g) to the basic clause: (c) The Government?s requirements for each item or subitem of supplies or services described in the Schedule are being purchased through one non-set-aside contract and one set-aside contract. Therefore, the Government shall order from each Contractor approximately one-half of the total supplies or services specified in the Schedule that are required to be purchased by the specified Government activity or activities. The Government may choose between the set-aside Contractor and the non-set-aside Contractor in placing any particular order. However, the Government shall allocate successive orders, in accordance with its delivery requirements, to maintain as close a ratio as is reasonably practicable between the total quantities ordered from the two Contractors. (g) The requirements referred to in this contract are for items to be manufactured according to the Government specifications. Notwithstanding anything to the contrary stated in the contract, the Government may acquire similar products by brand name from other sources for resale. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company?s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. If not registered in ORCA, Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. If registered in ORCA, Offeror shall include only part K of provision 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the best value. The offeror shall submit at least one relevant past performance reference including point of contact, current telephone number and Delivery History. Price is slightly more important than delivery or past performance. This award will be based on a best value decision. Separate statement of work is available upon request, email Stefanie at Stefanie.W.Schmitz@uscg.mil. QUOTES ARE DUE BY 2:00 PM EST on March 20, 2008. Quotes may be faxed (410) 636-7458 or emailed to Stefanie.W.Schmitz@uscg.mil. NOTE: THIS NOTICE WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (13-MAR-2008); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS 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-40178/listing.html)
 
Place of Performance
Address: USCG YARD 2401 Hawkins Point Road Baltimore, MD
Zip Code: 21226
Country: UNITED STATES
 
Record
SN01532518-F 20080315/080313231656 (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.