Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 05, 2008 FBO #2505
DOCUMENT

20 -- MARINE DOORS, SCUTTLE, HATCH FOR USCG - ENCLOSURES - SOLICITATION IN PDF

Notice Date
10/3/2008
 
Notice Type
SOLICITATION IN PDF
 
NAICS
332322 — Sheet Metal Work 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, Maryland, 21226-5000
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-09-Q-40122
 
Archive Date
11/4/2008
 
Point of Contact
Ramona L. Vazquez,, Phone: 410-762-6784, Sharon Byrd,, Phone: 410-762-6491
 
E-Mail Address
Ramona.L.Vazquez@uscg.mil, sharon.l.byrd@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
(i)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. (ii)Solicitation number HSCG40-09-Q-40122 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 2005-27. (iv)This procurement is set aside for small business. The North American Industry Classification System (NAICS) code is 337127 and the business size standard is 500 employees. U.S. Coast Guard Engineering Logistics Center intends to award a Firm Fixed Price Contract. (v)ITEM 0001, ACN 2040-00-554-6215, Door, 26” x 66”, watertight, marine, quick acting, 10 dog lever operated, steel galvanized left hand, test at 15 P.S.I. panel thickness.075”, opening corner radius 8.828”, I.A.W. BUSHIPS DWG 803-6397268 assy no. 25, 102 HASP assembly scuttle and fixed light not included. Quantity: 11 EA, DESIRED DELIVERY DATE 11/15/08; ITEM 002, ACN 2040-00-727-5458, Scuttle, Marine, 18” opening DIA, steel, watertight, coaming height 1 ½” to 2”, 3/16” THK, raised, test pressure 35 PSI, BUSHIPS DWG. No. 1623944. Quantity 1 EA, DESIRED DELIVERY DATE 11/15/08; ITEM 0003, ACN 2040-00-554-6923, Hatch, 30” x 30”, watertight, marine, steel, raised, individually dogged. Tested at 30 P.S.I., 10 DOG, W 12” high coaming. 188” thick.125” panel thickness w/ HASP Assembly and brace and 21” scuttle, I.A.W. SUSHIP DWG No. 805- 1624092 Assembly #1. Quantity 1 EA, DESIRED DELIVERY DATE 11/15/08; ITEM 0004, ACN 2040-01-LG4-7082, Hatch, 30” x 52” clear opening, 12 DOG, 15 PSI test pressure, with 18” diameter scuttle, hatch coaming to be stainless steel, 300 series, 7” High, hatch cover and scuttle to be galvanized by hot dip method after fabrication to be IAW REF DWG. FL-1602-CGY-25 assembly No. 111 with details for DOGS and miscellaneous hardware. I.A.W. BUSHIPS DWG 805-16254071 REV D.. Quantity 2 EA, DESIRED DELIVERY DATE 11/15/08; ITEM 0005, ACN 2040-01-LG4-3660, Hatch, 30” x 30” clear opening, raised, watertight, 8 DOG ARRGT. Test pressure 15 P.S.I., hatch coaming 12” high, hatch to be I.A.W. BUSHIPS DWG No. 805-1624093. Assembly No. 3. Except coaming to be stainless steel 300 series and hatch cover to be galvanized by the hot dip method after fabrication. Quantity 1 EA, DESIRED DELIVERY DATE 11/15/08; ITEM 0006, ACN 2040-01-LG4-6450, Hatch, 30” x 30” clear opening, watertight, raised, 8 DOG arrangement, with 25” diameter scuttle with handwheel above and below, with HASP assembly and brace, 30 PSI test pressure, 6” high hatch coaming, manufactured I.A.W. SUSHIPS DWG 805-1624092 except 36” x 36” clear opening and a 25” diameter scuttle. Quantity 11 EA, DESIRED DELIVERY DATE 11/15/08; 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. (vi)CONTRACTOR SHALL CONFORM TO THE FOLLOWIING PACKAGAGING, PRESERVATION AND MARKING INSTRUCTIONS. PACKAGING SPECIFICATIONS: See attached scanned documents for each item and its unique packaging/shipping requirements. Not all items listed in this solicitation require the same specifications. Offeror is responsible for viewing the documents for clear comprehension of requirements prior to offer. PRESERVATION REQUIREMENTS: Preservation requirements include packaging that shall protect any finished surface from scratches or damage resulting from contact with internal blocking or bracing or anything inside the shipping container. MARKINGS: In clear printed lettering (English) 1” min high, for each item as defined by its unit package quantity shall be individually marked with the following: Nomenclature, 13 digit Coast Guard Stock No. xxxx-xx-xxx-xxxx, MFG Part No., CAGE code (if known), Contract No. (issued upon award) and Date. Place of delivery shall be: USCG Engineering Logistics Center, 2401 Hawkins Point Road, Baltimore, MD 21226. (vii)Place of delivery is: USCG Engineering Logistics Center, 2401 Hawkins Point Road, Building 88 – Receiving, Baltimore, MD 21226. Please quote prices FOB Destination. (viii)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). 1. 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: a) company’s complete mailing and remittance addresses, b) discounts for prompt payment if applicable c) cage code, d) Dun & Bradstreet number, e) Taxpayer ID number. f) Offerors shall submit price and delivery information for all items. A recent past performance including: contract number, point of contact and current home numbers. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (ix)52.212-2 Evaluation-Commercial Items (Jan 1999). - Delivery, pricing consideration and past performance are evaluation factors. Submit POC name, current phone number and contract number for past performance. This is a commercial item acquisition. Award may be made to other than the lowest price. Award will be a best value decision. 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. Delivery is slightly more important than price. Price is approximately equal to past performance. The evaluation and award procedures in FAR 13.106 apply. (x)FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2006) with Alt 1 included are to be submitted with your offers. (xi)FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Sept 2005) applies to this acquisition. (xii)FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Apr 2008). The following clauses listed in 52.212-5 are incorporated: a.52.219-6 Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644) b.52.219-28 Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2)) c.52.222-3 Convict labor (June 2003) (E.O. 11755) d.52.222.19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (EO 11755) e.52.222-21, Prohibition of Segregated Facilities (Feb 1999) f.52.222-26 Equal Opportunity (March 2007)(E.O. 11246) g.52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793) h.52.222-50, Combating Trafficking in Persons (Aug 2007) i.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). j.52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). k.52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (July 2006)(21 U.S.C. 3332). l.The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. 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. Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. (xiii)Drawings are available upon request, email Ramona Vazquez at Ramona.L.Vazquez@uscg.mil. (xiv)See additional documents for scanned copies of each item requested. (xv)QUOTES ARE DUE BY 2:00 PM EST on October 20, 2008. Quotes may be faxed (410) 762-6008 or emailed to Ramona.L.Vazquez@uscg.mil. (xvi)POC is Ramona Vazquez, Procurement Agent, 410-762-6784.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=93cd3199675afd9405ce39944cab0b5c&tab=core&_cview=1)
 
Document(s)
SOLICITATION IN PDF
 
File Name: COPIES OF ITEMS 1-6 WITH PACK / SHIP / MARKING SPECIFICATIONS - COMPLETE DESCRIPTION OF ITEMS. (ENCLOSURES 1-6.pdf)
Link: https://www.fbo.gov//utils/view?id=19662b54a68ac469bfe2ebbde1252f44
Bytes: 1,315.71 Kb
 
File Name: COPY OF THE SOLICITATION IN MS PDF FILE FORMAT (HSCG40-09-Q-40122.pdf)
Link: https://www.fbo.gov//utils/view?id=31e68d5c22ce1edf0624ce7597a1d351
Bytes: 21.32 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: USCG COMMANDING OFFICER, ENGINEERING LOGISTICS CENTER, 2401 HAWKINS POINT ROAD, PROCUREMENT 044-DIV / MS-8 BLDG 58, BALTIMORE, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN01687926-W 20081005/081003221329-93cd3199675afd9405ce39944cab0b5c (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.