Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 19, 2008 FBO #2580
DOCUMENT

45 -- SS TOILET KITS - Ombudsman Notice

Notice Date
12/17/2008
 
Notice Type
Ombudsman Notice
 
NAICS
423720 — Plumbing and Heating Equipment and Supplies (Hydronics) Merchant Wholesalers
 
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
HSCG40-08-Q-50222
 
Archive Date
1/7/2009
 
Point of Contact
Susanna J. Wiedmann,, Phone: 410-762-6502, Paul B. Premoe,, Phone: 4107626078
 
E-Mail Address
Susanna.J.Wiedmann@uscg.mil, paul.b.premoe@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
See Attached Ombudsman Notice. (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-50222 applies, and is issued as Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-28. (iv) This procurement is set aside for small business. The North American Industry Classification System (NAICS) code is 423720 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 - Complete S.S Water Closet, Stainless Steel Vacuum Toilet Kit. Kit includes; 1 Ea. S/S Bowl (EVAC P/N – 5324300), 1 EA. Shroud (EVAC P/N – 5477611), 1 EA. Seat W/Screws and Mounting Hardware (EVAC P/N – 36350). The kit replaces original toilets made of China under Chand P/N – 547-05MB. NSN# 4110-01-492-4415, Quantity: 26 Kits, DESIRED DELIVERY DATE 23 March 2009; Partial Shipments will be acceptable. BRAND NAME OR EQUAL ITEMS WILL BE EVALUATED. 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 propose new dates. (vi) CONTRACTOR SHALL CONFORM TO THE FOLLOWING PACKAGING, PRESERVATION AND MARKING INSTRUCTIONS. a. PACKAGING: See Packaging Requirements Below. b. MARKINGS: INCLUDE PURCHASE ORDER NUMBER, PACKING SLIP AND INVOICE. (vii) Place of delivery is: USCG Engineering Logistics Center, 2401 Hawkins Point Road, Building 88 – Receiving, Baltimore, MD 21226. ATTENTION: HSCG40-09-P-50222. 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 (June 2008). 1. Parties responding to this solicitation who believe they can supply an exact match to the items outlined in 0001, 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. 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). – Technical acceptability, delivery, and pricing are evaluation factors. 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. Exact match and delivery is slightly more important than price. The evaluation and award procedures in FAR 13.106 apply. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (June 2008) with Alt 1 included are to be submitted with your offer. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (June 2008) applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (December 2008). The following clauses listed in 52.212-5 are incorporated: a. 52.211-6 Brand Name or Equal (August 1999). b. 52.219-6 Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). c. 52.219-28 Post Award Small Business Program Representation (June 2007)(15 U.S.C. 632(a)(2)). d. 52.222-3 convict Labor (June 2003)(E.O. 11755). e. 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008)(E.O. 13126). f. 52.222-21 Prohibition of Segregated Facilities (Feb 1999). g. 52.222-26 Equal Opportunity (Mar 2007)(E.O. 11246). h. 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793). i. 52.222-50 Combating Trafficking in Persons (Aug 2007). j. 52.225-1 Buy American Act—Supplies (June 2003)(41 U.S.C. 10a-10d). k. 52.226-5 Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007)(42 U.S.C. 5150). 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) QUOTES ARE DUE BY 5:00 PM EST on December 23, 2008. Quotes may be faxed (410) 762-6120 or emailed to stephanie.r.fogg@uscg.mil. (xiv) POC is Stephanie Fogg, USCG Contract Support, 410-762-6340. PACKAGING INSTRUCTIONS: IND PARKING AND MARKING TO SP-PP&M-001 REV D. EACH S/S TOILET KIT PACKED IN ITS OWN BOX MFG NAME: EVAC NORTH AMERICA, INC. PART –NBR: 36350 NOTE: All items are to be individually packed, marked and bar-coded in accordance with attached instructions. PREPARATION FOR DELIVERY All material shipped to the U.S. Coast Guard Engineering Logistics Center must be accompanied by an itemized packing list securely attached to the outside of the package. All packing lists shall cite the Purchase Order Number (when issued after award) with the package in such a manner as to provide identification. Material shall be packed for shipment in such a manner as to afford adequate protection to the item against corrosion, deterioration, and physical damage during shipment from the supply source to Engineering Logistic Center locations. Package shall also provide adequate protection for warehouse storage and multiple shipments. All packages shall have the Purchase Order Number, Stock Number and Vendor name and Part Number clearly marked on the exterior of the package. All deliveries are to be made Monday through Friday between the hours of 7:30 A.M. and 3.30 P.M. PAYMENT INFORMATION (NON-CREDIT CARD ORDERS) All invoices must contain the following information: contract number, order number, item number, description of supplies or services, quantities, unit prices and extended totals. Prepaid shipping costs will be indicated as a separate item on the invoice (if applicable). Invoices must be mailed to USCG YARD, P.O. Box 4122, Chesapeake, VA 23327-4122. For questions relating to payment of invoices please contact Chesapeake Yard Team Customer Service at 757-523-6940 or email to yardteam@finscen.uscg.mil USCG /ELC SP-PP&M-00l DATED 05/95 REVISION G 01 PRESERVATION, PACKAGING & MARKING PRESERVATION – Each piece or assembly that makes up one each of any contract line item (CLIN) shall be preserved in accordance with ASTM-D-3951. PACKAGING – Each preserved contract line item shall be packed in its own carton or box as needed to meet the requirements of ASTM-D-3951.This package shall be considered a unit pack. This unit pack shall meet the requirements of a shipping container. UNITIZATION – Unit packs can be unitized as specified in ASTM-D3951. MARKING – Marking shall be clear, legible, permanent, and in English. UNIT PACKAGES – Shall be marked as specified herein. National Stock Number / Activity Control Number. Item Name Part Number (as shipped) Purchase Order / Contract Number (example HSCG40-04-P-00000) Date of Manufacturer/Repair The Words “COAST GUARD ELC MATERIAL” CONDITION (A) Quantity & Unit of Issue (i.e. “1-EA”) Hazardous Material Marking (As required in Code of Federal Regulations (CFR) section 4). Flash Point (If item is a liquid with a flash point of 93.3 degrees C (200 Degrees F) or less.) Propellant Chemical Name (Aerosol Containers only). UNITIZATION – If unitization is used as the final shipping container the unitized pack for one stock number shall be marked as specified below, see “Single Stock Number” If there are multiple stock numbers involved see “Multiple Stock Numbers” herein. For no reason shall more then one delivery order be unitized together. Single Stock Number National Stock Number/ Activity Control Number. Purchase Order / Contract Number (example HSCG40-04-P-00000) The Words “COAST GUARD ELC MATERIAL” CONDITION (A). Quantity & Unit of Issue (i.e. “1-EA”) Hazardous Material Marking (If needed and as required in Code of Federal Regulations (CFR) section 4). Flash Point (If item is a liquid with a flash point of 93.3 degrees C (200 Degrees F) or less.). The Words “COAST GUARD ELC MATERIAL” “MULTIPACK” Multiple Stock Numbers “ALL” National Stock Numbers/ Activity Control Numbers. Purchase Order / Contract Number (example HSCG40-04-P-00000) The Words “COAST GUARD ELC MATERIAL” CONDITION (A). Quantity & Unit of Issue (i.e. “1-EA”) Hazardous Material Marking (If needed and as required in Code of Federal Regulations (CFR) section 4). Flash Point (If item is a liquid with a flash point of 93.3 degrees C (200 Degrees F) or less.). The Words “COAST GUARD ELC MATERIAL” “MULTIPACK” CGAP SUBPART 3042.302-90 Contract clause Contracting Officers shall insert the following clause in all solicitations and contracts where a contractor or subcontractor will furnish spare parts, consumable spares, repairable spares, and repairable systems (e.g. engines, gearboxes) to the Coast Guard Inventory Control Points (ICPs). “VALUATION REQUIREMENTS FOR THE ACQUISITION OF SPARE PARTS PURCHASED FOR INVENTORY CONTROL POINTS FROM HQ CONTRACTS” (a) The contractor shall provide to the Contracting Officer’s Technical Representative (COTR) a listing of spare parts that will be shipped to the Coast Guard Inventory Control Points (ICPs), and other intermediate destinations as specified in the contract. At a minimum, the listing must contain the following information for each spare part: (1)Contract number (2)CLIN Number (3)Noun name (4)Manufacturer part number (5)National Stock Number (NSN), if available. (6)Class of Asset the spare part supports (e.g. FRC) (7)Quantity (8)Unit Price (9)Extended Price (10)Estimated shipping date (b) The spare parts listing total shall tie to the contract CLIN line item total. (c) The spare parts listing shall be provided by the contractor to the Contracting Officer and COTR thirty (30) days prior to the first part being shipped. The name of the Contract Specialist and Contracting Officer shall be noted, and the acquisition Project Office will be responsible and coordinate between the contractor and ICP to discuss any details or needs related to the shipment of the parts. (d) The contractor shall insert this clause in all subcontracts where a subcontractor will be furnishing spare parts to Coast Guard ICPs, and in order to perform contractual duties. (End of clause)
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=0708543aba6c8a3d7fee740e6926bc39&tab=core&_cview=1)
 
Document(s)
Ombudsman Notice
 
File Name: Ombudsman Notice (OMBUDSMAN NOTICE.doc)
Link: https://www.fbo.gov//utils/view?id=af216442679bf8bc71a12101c17201b5
Bytes: 28.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01720133-W 20081219/081217215414-0708543aba6c8a3d7fee740e6926bc39 (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.