Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2008 FBO #2322
SOLICITATION NOTICE

54 -- Marine Grade Windows

Notice Date
4/3/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332321 — Metal Window and Door Manufacturing
 
ZIP Code
00000
 
Solicitation Number
HSCG40-08-Q-40318
 
Response Due
4/11/2008 5:00:00 PM
 
Archive Date
5/30/2008
 
Description
PLEASE MAKE SURE YOU READ THIS ENTIRE SOLICITATION/SYNOPSIS..... •I. 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; quotations are being requested and a separate written solicitation will not be issued. •II. Solicitation number HSCG40-08-Q-40318 applies, and is issued as a Request for Quotation. •III. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 97-45. •IV. 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 negotiate and award a Firm Fixed Price Requirement's Contract. •V. It is the Government's intent to negotiate and award this requirement to Cornell Carr Company Inc, Monroe, CT or BAE Systems Marine Products, Mount Vernon, NY. Concerns having the expertise and requirement capabilities to furnish weather tight windows may submit their brochures, literature and any other written material that will allow the Coast Guard to evaluate the offerors capabilities relative to the above requirement. This is a limited source of competition IAW FAR 6.302.1(a)(2). •VI. BASE YEAR - ITEM 0001, ACN 2040 01-LG9-1710 Window, weather tight, vertical sliding, counter balanced. The frame shall be either of cast or extruded aluminum and configured for mounting on the interior of a flat surface. (The frame shall not be drilled.) The window shall have an arched tope and bottom and straight sides. The window cut shall be 25 ¾" wide x 30 ¾" high with 60 5/16" radius arches top and bottom and have 1 5/16 radius corners. The frame shall also be configured with a spigot which will protrude through the BHD. The glass shall be ½" thick tempered glass. The clear opening of the glass shall be approx. 25" wide by 30" high. The glass shall ride up and down in felt lined rubber strips on each side and also have strips at the top and bottom to keep weather out. The sliding glass panel shall have a stainless steel or aluminum handle pull attached to the top of the glass for raising and lowering purposes. The bottom of the glass panel shall be fitted into a formed stainless steel or extruded aluminum shape to which spring loads stainless steel tapes will be attached to counterbalance the weight of the glass panel. The lower half of the window unit shall be fitted with a stainless steel enclosure box to house the extended side tracks and to also catch water which may by-pass the felt coated rubber. The box shall have a ¾" IPS drain fitting welded into the bottom of the box to serve as a drain. The inboard face of the box shall be removable to allow service to the counterbalancing unit. The vertical sliding window shall be equal to "Cornell-Carr" CC-10194 Rev. A or "BAE Systems Marine Products" (Kearfott) type K-222C drawings KS-5260, except as otherwise specified herein. EST. Qty 27 ( 3 sets of 9ea), DESIRED DELIVERY DATE 1 set of 9 within 120 days ARO and 1 set of 9 every 30 days thereafter. •VII. OPTION YEAR ONE- ITEM 0001, ACN 2040 01-LG9-1710 Window, weather tight, vertical sliding, counter balanced. The frame shall be either of cast or extruded aluminum and configured for mounting on the interior of a flat surface. (The frame shall not be drilled.) The window shall have an arched tope and bottom and straight sides. The window cut shall be 25 ¾" wide x 30 ¾" high with 60 5/16" radius arches top and bottom and have 1 5/16 radius corners. The frame shall also be configured with a spigot which will protrude through the BHD. The glass shall be ½" thick tempered glass. The clear opening of the glass shall be approx. 25" wide by 30" high. The glass shall ride up and down in felt lined rubber strips on each side and also have strips at the top and bottom to keep weather out. The sliding glass panel shall have a stainless steel or aluminum handle pull attached to the top of the glass for raising and lowering purposes. The bottom of the glass panel shall be fitted into a formed stainless steel or extruded aluminum shape to which spring loads stainless steel tapes will be attached to counterbalance the weight of the glass panel. The lower half of the window unit shall be fitted with a stainless steel enclosure box to house the extended side tracks and to also catch water which may by-pass the felt coated rubber. The box shall have a ¾" IPS drain fitting welded into the bottom of the box to serve as a drain. The inboard face of the box shall be removable to allow service to the counterbalancing unit. The vertical sliding window shall be equal to "Cornell-Carr" CC-10194 Rev. A or "BAE Systems Marine Products" (Kearfott) type K-222C drawings KS-5260, except as otherwise specified herein. EST Qty 27 ( 3 sets of 9ea), DESIRED DELIVERY DATE 1 set of 9 within 120 days ARO and 1 set of 9 every 30 days thereafter. •VIII. OPTION YEAR TWO - ITEM 0001, ACN 2040 01-LG9-1710 Window, weather tight, vertical sliding, counter balanced. The frame shall be either of cast or extruded aluminum and configured for mounting on the interior of a flat surface. (The frame shall not be drilled.) The window shall have an arched tope and bottom and straight sides. The window cut shall be 25 ¾" wide x 30 ¾" high with 60 5/16" radius arches top and bottom and have 1 5/16 radius corners. The frame shall also be configured with a spigot which will protrude through the BHD. The glass shall be ½" thick tempered glass. The clear opening of the glass shall be approx. 25" wide by 30" high. The glass shall ride up and down in felt lined rubber strips on each side and also have strips at the top and bottom to keep weather out. The sliding glass panel shall have a stainless steel or aluminum handle pull attached to the top of the glass for raising and lowering purposes. The bottom of the glass panel shall be fitted into a formed stainless steel or extruded aluminum shape to which spring loads stainless steel tapes will be attached to counterbalance the weight of the glass panel. The lower half of the window unit shall be fitted with a stainless steel enclosure box to house the extended side tracks and to also catch water which may by-pass the felt coated rubber. The box shall have a ¾" IPS drain fitting welded into the bottom of the box to serve as a drain. The inboard face of the box shall be removable to allow service to the counterbalancing unit. The vertical sliding window shall be equal to "Cornell-Carr" CC-10194 Rev. A or "BAE Systems Marine Products" (Kearfott) type K-222C drawings KS-5260, except as otherwise specified herein. EST. Qty 18 ( 2 sets of 9ea), DESIRED DELIVERY DATE 1 set of 9 within 120 days ARO and 1 set of 9 every 30 days thereafter. The estimated quantities for the base and option years is not a representation that the estimated quantity will be ordered or that conditions affecting the requirement will be stable. 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. •IX. CONTRACTOR SHALL CONFORM TO THE FOLLOWING PACKAGING AND MARKING INSTRUCTIONS. Marking: In clear printed lettering each item as defined by it's unit package quantity shall be individually marked or labeled with the following: Nomenclature, MFG's Part Number, Stock Number, if applicable,, Cage and Purchase Order/Contract No. Packing: Each window shall be individually packaged in its own wooden crate or wooden box; with nailed or lock corners. Preservation and packaging of window glass, assembled units and controls shall afford protection against corrosion, deterioration and physical damage during shipment and long temp storage. It shall provide protection for multiple handling, shipment by any mode and storage periods of up to one (1) year in enclosed facility and also be suitable for redistribution without any additional repackaging or marking. •X. Place of delivery is: USCG Engineering Logistics Center, 2401 Hawkins Point Road, Baltimore, MD 21226. Please provide quotes using FOB Desintaiton. •XI. The following provisions and clauses apply: Provision 52.252-1 Solicitation Provisions Incorporated by Reference. This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. The referenced clauses may be viewed in full text at the following website: http://farsite.hill.af.mil upon request, the Contracting Officer will make their full text available. •a. FAR Provision 52.212-1, Instructions to Offers--Commercial; Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. •b. 52.212-2 Evaluation-Commercial items (Pricing and Delivery are the evaluation factors. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation and provide the Government with the best value. Delivery is more important than price. •c. 52.212-3 offeror representations and certifications- commercial items. Clause •d. 52.212-4, Contract Terms and Conditions--Commercial Items; clause •e. 52.212-5, Contract Terms and Conditions Required to Implement Statutes Or Executive Orders--Commercial Items (to include: 52.203-6, Restrictions on Subcontractor Sales to the Government, 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns, 52.219-6, Notice of Total Small Business Aside, 52.219-8, Utilization of Small Business Concerns, 52.222-3, Convict Labor, 52.222-19, Child Labor, 52.222-21 Prohibition of segregated facilities, 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans; 52.222-36, Affirmative Action for Handicapped Workers; 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era), 52.222-39, Notification of Employee Rights concerning Payment of Union Dues or Fees, 52.223-9, Estimate of Percentage of Recovered Material content for EPA-Designated Products, 52.225-3, Buy American Act - Free Trade Agreement-Israeli Trade Act, 52.225-13, Restriction of Certain Foreign purchases, 52.232-33 Payment by Electronic funds Transfer-Central contractor Registration, FAR 52.246-15 Certificate of Conformance (APR 1984), 52.215-5 FACSIMILE PROPOSALS (OCT 1997) and 52.216-1 Type of Contract (APR 1984) The Government contemplates award of a Commercial Firm-Fixed Price contract. 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. •f. FAR 52.216-18, Ordering, Material will be ordered by the issuance of individual delivery orders. ORAL ORDERING: Orders may be placed orally by the Contracting Officer, David H. Monk, by giving the Contractor an authorized delivery order number, item number, and a funding limitation. Written confirmation of the oral order shall be forwarded to the Contractor no later than five (5) days after its issuance. Any supplies to be furnished under this contract shall be ordered by issuance of a delivery order by the following activity: U.S. Coast Guard Engineering Logistics Center YARD Acquisition Branch, Code 044 Bldg. #58, 2 nd Floor, Mail Stop 26 2401 Hawkins Point Road Baltimore, MD 21226-5000 •g. FAR 52.216-19, Order Limitations: (a) Minimum order. When the Government requires supplies or services covered by this contract in an amount of less than one units, 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 twenty-seven (27) units; (2) Any order for a combination of items in excess of twenty-seven (27) units; or (3) A series of orders from the same ordering office within three (3) days 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 one (1) day(s) 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. •h. FAR 52.216-21, Requirements. •i. FAR 52.217-9, Option to Extend the Term of the Contract. •XII. DELIVERY ORDER LIMITATIONS: Individual delivery order limitations are defined in the Addendum to FAR 52.212-5 and FAR 52.216-19, Order Limitations. Order quantities for option years shall be set at the same limits. •XIII. OPTIONS: Each option extending the term of this contract shall be for a period of one (1) year from the effective date of each option. •XIV. PRICING: Pricing must be provided for the base year and each corresponding option year. •XV. The following items are incorporated as addenda to this solicitation:, HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates; 3052.242-71 Dissemination of Contract Information (DEC 2003) and 3052.242-72 Contracting Officer's Technical Representative (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. Drawing are available upon request, email Kathy at Kathryn.E.Brown@uscg.mil. •XVI. QUOTES ARE DUE BY 2:00 PM EST on April 7, 2008. Quotes may be faxed (410) 762-7456 or emailed to Kathryn.E.Brown@uscg.mil.
 
Record
SN01546827-W 20080405/080403235951-d69709b5154129ec969d22b6d6ced8a4 (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.