Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 25, 2008 FBO #2586
DOCUMENT

52 -- Load Cells - Solicitation/Synopsis Attachments

Notice Date
12/23/2008
 
Notice Type
Solicitation/Synopsis Attachments
 
NAICS
332312 — Fabricated Structural Metal 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
HSCG-09-Q-5023
 
Archive Date
6/30/2009
 
Point of Contact
Lahkeisha M. Leach,, Phone: 410-762-6149, Susanna J. Wiedmann, Phone: 410-762-6502
 
E-Mail Address
lahkeisha.m.leach@uscg.mil, Susanna.J.Wiedmann@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 HSCG-09-Q-50223 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 332312 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 – LOAD CELL, FORCE-WEIGHT, OPERATING TEMP RANGE -30.0/130.0 DEG FAHRENHEIT, ASSEMBLY, CROSS DECK WINCH, LEFT HAND, P/N AMD-1397L, ABAORD 225 FT WLB COASTGUARD VESSELS, CAPACITY 0-6250 POUNDS TENSION OR COMPRESSION RANGE; OVERLOAD 150% OF CAPACITY WITHOUT DAMAGE, 300% WITHOUT FAILURE; ELECTRIC CONNECTION POTTED CABLE 6 FT LONG; OUTPUT 4-20 MAMP; EXCITATION 18-28 VOLTS DC; END CONNECTION FEMALE THREAD 1-14 UNS; PROTECTION NEMA 4X, STEEL CORROSION RESISTANT. QUANTITY OF EIGHT (8) EACH. BRAND NAME: APPLETON MARINE INC PART# YMD-8564 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 delivery dates for each item. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. It is anticipated that a non-competitive sole source purchase order will be issued for this item to Appleton Marine, Inc. and/or their authorized distributor. It is the Government’s belief that only Appleton Marine, Inc. or their authorized distributors can furnish these load cells and ensure the proper fit, form, and function of all its components. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Concerns that respond to this notice must fully demonstrate their capabilities to supply this part number by submitting: (1) Verification that they are an authorized distributor of the OEM; (2) Verification that they can obtain the required part from the OEM. Other potential sources desiring to furnish other than Appleton Marine, Inc. parts are required to submit the following information within 3 working days of this announcement: (1) Complete and current engineering data to demonstrate the acceptability of the offered parts (i.e. salient physical, functional, and serviceability characteristics). (2) Data that the offered parts have been satisfactorily manufactured for the government or the original equipment manufacturer. Note: The submission of this data for review will not impede the award of this solicitation. The government does not intend to pay for any information solicited. (vi) CONTRACTOR SHALL CONFORM TO THE FOLLOWING PACKAGING, PRESERVATION AND MARKING INSTRUCTIONS. a. PACKAGING: STANDARD COMMERCIAL. b. MARKINGS: SHALL INCLUDE BAR CODE(S), PURCHASE ORDER NUMBER, PACKING SLIP AND INVOICE. INDIVIDUALLY PACKAGE AND MARKED IN ACCORDANCE WITH ELC SPEC D-000-0100 REV G BAR CODING c. PRESERVATION – EACH PIECE OR ASSEMBLIES THAT MAKE UP ONE EACH OF ANY CONTRACT LINE ITEM (CLIN) SHALL BE PRESERVED IN ACCORDANCE WITH ASTM-D-3951. (vii) Place of delivery is: USCG Engineering Logistics Center, 2401 Hawkins Point Road, Building 88 – Receiving, Baltimore, MD 21226. ATTENTION: HSCG-09-Q-50223. 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 (Oct 2008) applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Oct 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. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (July 2006) (21 U.S.C. 3332. m. 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. CGAP 3042.302-90 Valuation Requirements for the Acquisition of Spare Parts Purchased for Inventory Control Points from HQ Contracts (OCT 2008). Copies of CGAP clauses may be obtained electronically at: www.uscg.mil/acquisition /procurement/pdf/CIM_4200_19H.pdf All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. (xiii) QUOTES ARE DUE BY 5 PM EST on December 29, 2008. Quotes may be faxed (410) 762-6120 or emailed to lahkeisha.m.leach@uscg.mil. All questions must be submitted in writing to Lahkeisha Leach via e-mail at lahkeisha.m.leach@uscg.mil or via fax at the number above. (xiv) Contracting Office Address: 2401 Hawkins Point Road Building 31, Mail Stop 26 Baltimore, MD 21226-5000 Primary Point of Contact: Lahkeisha Leach, USCG Contract Support, 410-762-6749 Lahkeisha.m.leach@uscg.mil Secondary Point of Contact: Susanna Wiedmann, USCG, Contracting Officer, 410-762-6502 Susanna.j.wiedmann@uscg.mil
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7133dd34543048d469f878de9c082026&tab=core&_cview=1)
 
Document(s)
Solicitation/Synopsis Attachments
 
File Name: Bidder Instructions and Information (Bidder Instructions.doc)
Link: https://www.fbo.gov//utils/view?id=49c178d0eeae8d79a77f25455dc43ed5
Bytes: 39.50 Kb
 
File Name: COCO Alert (COCO ALERT 09-09.doc)
Link: https://www.fbo.gov//utils/view?id=36705321efa5db65f450ccbff4bf2a49
Bytes: 158.00 Kb
 
File Name: Ombudsman Notice (OMBUDSMAN NOTICE (2).doc)
Link: https://www.fbo.gov//utils/view?id=0341fbb27aa12702e6f037854d58da84
Bytes: 28.00 Kb
 
File Name: Packaging Instructions (PACKAGING INST (2).doc)
Link: https://www.fbo.gov//utils/view?id=6f0d677c375627df6c13711bc0d0eb0f
Bytes: 31.00 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: Egineering Logistics Center, Receiving Room - Building 88, 2401 Hawkins Point Road, Baltimore, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN01723393-W 20081225/081223215314-7133dd34543048d469f878de9c082026 (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.