Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2008 FBO #2306
MODIFICATION

20 -- Hydraulic Hose Renewal

Notice Date
3/18/2008
 
Notice Type
Modification
 
NAICS
326220 — Rubber and Plastics Hoses and Belting Manufacturing
 
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
HSCG27-08-Q-3PR305
 
Response Due
3/31/2008
 
Archive Date
4/15/2008
 
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 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. HSCG27-08-Q-3PR305 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 326220 and the small business size standard is 500 employees. This will be awarded as a Firm Fixed Price award. This is a small business set aside procurement. The FOB Destination delivery is to: USCGC ELM, 2301 East Fort Macon Road, Atlantic Beach, NC 28512 on or before: 4/11/08. Offers are due at: USCG ISC Portsmouth, VA, by the Close of Business on 3/31/08. Questions may be directed to John Lukondi, telephone 757-483-8555. Technical questions maybe directed to MKC Gary Medina (252)240-8360 or Gary.S.Medina (at sign) uscg.mil or CWO Herbert Boggs (252)240-8360 or Herebert.A.Boggs (at sign) uscg.mil during normal working hours between 8:00am and 4:00pm Monday through Friday. The USCGC ELM has a requirement to purchase the following: 1. GENERAL REQUIREMENTS: The work consists of providing all hoses listed in specification. The contractor will come onboard to measure all hoses included in specification. Contractor will measure and inventory each individual hose length, diameter, fitting type, and working pressure. Work consists of fabrication, hydrostatic testing, and tagging. Hydrostatic testing will be in accordance with 46 CFR Subpart 56.97-5 requirements. 2. COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK: Upon acceptance the contractor shall commence work NLT five (5) days after notice to proceed and work diligently to complete the entire work ready for use by 10 working days after contract award. 3. SCOPE OF WORK: Provide all materials to include hose, fittings, tags, and any other necessary parts required for a completed hose assembly. Contractor will come onboard to measure all hoses and fittings for hoses listed. Hoses will be fabricated using Aeroquip or Parker hose and fittings due to fitting adaptability. Hoses will be manufactured to exact length and diameter of installed hose. End fittings will be direct replacement for hose being replaced. Hoses will be for designed working pressure of the system. Hoses will be hydrostatically tested in accordance with 46 CFR Subpart 56.97-5 requirements in relation to systems designed working pressure. Contracting Officers representative will have the opportunity to witness all hydrostatic testing. Hoses will be tagged with date of fabrication, hydrostatic pressure, and reference tag number supplied by ships records. SHIP'S FORCE WILL REMOVE AND REINSTALL ALL HOSES PRIOR TO AND AFTER FABRICATION Forward HPU #1 Hose Part number AA001-202 AA002-202 AA003-202 AA004-202 AA005-202 AA006-202 AA007-202 AA008-202 AA009-202 AA010-202 AA011-202 AA012-202 AA013-202 AA014-202 AA015-202 AA016-202 AA017-202 AA018-202 AA019-202 AA020-202 AA021-202 AA022-202 AA023-202 AA024-202 AA025-202 AA026-202 AA027-202 AA029-202 AA030-202 AA031-202 AA032-202 AA034-202 AA035-202 AA036-202 AA037-202 AA038-202 AA039-202 AA040-202 AA041-202 AA042-202 AA043-202 AA045-202 AA046-202 AA709-202 AA710-202 Forward HPU #2 AA049-202 AA050-202 AA051-202 AA052-202 AA053-202 AA054-202 AA055-202- Stainless Steel AA056-202- Stainless Steel AA057-202- Stainless Steel AA058-202- Stainless Steel AA059-202 AA060-202 AA061-202 AA062-202 AA063-202 AA064-202 AA065-202 AA066-202 AA067-202 AA068-202 AA069-202 AA070-202 AA071-202 AA072-202 AA073-202 AA074-202 AA075-202 AA076-202 AA077-202 AA078-202 AA079-202 AA080-202 AA081-202 AA082-202 AA083-202 AA084-202 AA085-202 AA086-202 AA087-202 AA088-202 AA089-202 AA090-202 AA091-202 AA092-202 AA093-202 AA094-202 AA095-202 SORS Room Part number AA182-202 AA183-202 AA184-202 AA185-202 AA186-202 AA187-202 AA188-202 AA189-202 AA190-202 AA191-202 AA192-202 AA193-202 AA194-202 AA195-202 AA196-202 AA197-202 AA198-202 AA199-202 AA200-202 AA201-202 AA202-202 AA203-202 AA204-202 AA205-202 AA206-202 AA207-202 AA208-202 Anchor Windlass AA576-202 AA577-202 AA578-202 AA579-202 AA580-202 AA581-202 AA582-202 AA583-202 AA103-202 4. SITE VISIT: All bidders are strongly encouraged to visit the ship to field verify any/all quantities before submitting bids. Interested parties shall make arrangements for a site visit with MKC Gary Medina @ (252) 240-8360. 5. DESIGNATED CONTRACTING OFFICERS REPRESENTATIVE: The designated contracting officer?s representative and Point of Contact for this project is CWO2 Herbert Boggs 252-240-8360. In the event of his absence MKC Gary Medina will be available 252-240-8360. Inquiries concerning any phase of the specification before or after award shall be made to CWO2 Herbert Boggs 252-240-8360 or MKC Gary Medina 252-240-8360. 6. CONDITIONS AFFECTING THE WORK: The Offeror should visit the site and take such other steps as may be reasonably necessary to ascertain the nature and location of the work, the general and local conditions which can affect the cost of the work thereof. Failure to do so will not relieve bidders from responsibility for estimating properly the difficulty or cost of successfully performing the work. The government will assume no responsibility for any understanding or misrepresentations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the request for quotes, the specification or related documents. 7. AFTER AWARD OF THE CONTRACT: The contractor must immediately notify the contracting officers representative of his intended start date. The work shall be done in accordance with the specification. 8. ORAL MODIFICATION: No oral statement of any person other than the contracting officer shall in any manner or degree modify or otherwise affect the terms of this contract. 9. WORKMANSHIP: All work shall be accomplished with the best standard practices, and by workmen thoroughly experienced in the required trades. The work shall be supervised by experienced personnel and shall be satisfactory to the Contracting Officer. 10. PERMITS: The contractor shall without additional expense to the government, obtain all appointments, licenses, and permits required for the prosecution of the work. The contractor shall comply with all applicable federal, state and local laws. 11. CLEAN UP: All trash and debris shall be removed from the site. The job site shall be left in a clean and neat manner. 12. WORK OUTSIDE REGULAR HOURS: If the contractor desires to carry on work on Saturday, Sunday, holidays or outside the station?s regular hours, he may submit his request in writing to the Contracting Officers Representative for approval consideration. The contractor shall allow ample time to enable satisfactory arrangements to be made by the government for inspecting the work in progress. 13. UPON COMPLETION OF WORK: Contact the Contracting Officer Representative to arrange for inspection/acceptance of work. 14. IDENTIFICATION OF CONTRACTOR PERSONNEL AND VEHICLES: The contractor shall provide a detailed list of all employees to the COTR 5 days prior to commencing work. The employee list shall contain the employees full name, date and place of birth, current address and last four (4) of SSN. The USCG Sector North Carolina Security Office will be given a copy of the employee list and a pass will be issued for entry. No underage visitors authorized onsite. Employees and suppliers only, no dependants, minors or anyone else not directly associated with the ongoing work. Each at it is clearly visible on the vehicle. A valid state license plate and safety inspection sticker is required. All vehicles operated on government property shall be maintained in a good state of repair. 15. SAFETY REQUIREMENTS: The contractor shall conform to all state and local safety requirements and those of the USCGC ELM. The contractor and his employees shall become familiar with and obey all base regulations including fire, traffic, and security regulations. There will be no smoking in Coast Guard Buildings or onboard U.S.C.G Vessels. No pets or animals of any kind allowed on worksite. The exception being service animals for the visually or hearing impaired. Documentation will be required for the animal to remain on site. Companys 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); 52.220-20 Walsh-Healy Public Contracts Act (Dec 1996) (41 U.S.C. 35-45) 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 WAS NOT POSTED TO FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (18-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/COUSCGISCP/HSCG27-08-Q-3PR305/listing.html)
 
Place of Performance
Address: USCGC ELM, 2301 East Fort Macon Road, Atlantic Beach, NC
Zip Code: 28512
Country: UNITED STATES
 
Record
SN01535848-F 20080320/080318230150 (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.