Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2009 FBO #2614
SOLICITATION NOTICE

42 -- Vessel Boarding System

Notice Date
1/20/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423990 — Other Miscellaneous Durable Goods Merchant Wholesalers
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command Portsmouth, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23704-2199
 
ZIP Code
23704-2199
 
Solicitation Number
HSCG27-09-Q-DJC043
 
Archive Date
2/19/2009
 
Point of Contact
Dale Kendrick, Phone: 757-483-8541
 
E-Mail Address
robert.d.kendrick@uscg.mil
 
Small Business Set-Aside
N/A
 
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. HSCG27-09-Q- DJC043 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-28. This is nonrestricted procurement; the applicable NAICS number is 423990 and the small business size standard is 100. The FOB Destination delivery is to: USCG MSRT Chesapeake, VA, on or before: 60 days AOR. Offers are due at: USCG ISC Portsmouth, VA, by the Close of Business on 2/4/09. Questions may be directed to Dale Kendrick, telephone 757-483-8541. The USCG ISC Portsmouth has a requirement to purchase: M. Henriksen marketed Rapid Entry & Boarding System or equivalent equipment as follows: CLIN 001 – lightweight carbon fiber grapnel hook, four each. Approximate curve opening of 9.5-inch; 1800-lb breaking strength; approximate weight 4-lb; nonreflective black color; pointed end or other means for secure placement. CLIN 002 – lightweight carbon fiber collapsible pole, four each. Maximum extension 30-35-feet; collapsible length less than 7-feet; rigid end for securing CLIN 001 grapnel hook; color nonreflective black. Boarding system is intended for to allow temporary placement of a grapnel hook onto a vessel of interest for use as a law enforcement entry boarding hook. Multiple offers/proposals will be accepted. Provide full descriptive literature/data/weblink with offers. Company’s 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 (JUN 2008); there are no addenda to this provision. FAR 52.212-2 Evaluation-Commercial Items-Pricing (Jan 1999) is not incorporated. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jun 2008) with Alt 1 must be included with your offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2008); there are no addenda to this clause. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Dec 2008). The following clauses listed in 52.212-5 are incorporated (if any): 52.222-3 Convict labor (June 2003) (E.O. 11755); 52.222-19, Child Labor – Cooperation with Authorities and Remedies (Feb 2008)(E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007)(E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Sep 2006)(29 U.S.C. 793); 52.222-36 Affirmative Action for Workers with Disabilities(Jun 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Sep 2006)(38 U.S.C. 4212); 52.220-50, Combatting Trafficking in Persons (Aug 2007); 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 (Aug 2007); 52.225-5, Trade Agreements (Nov 2007)(19 U.S.C. 2501, et. seq., 19U.S.C. 3301 note); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)(E.O. 12722, 12724,13059, 13067, 13121, and 13129); 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21U.S.C. 3332). The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts With Corporate Expatriates (Jun 2006). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=a9541324bf69abea43c6e192ccba8351&tab=core&_cview=1)
 
Place of Performance
Address: USCG MSRT Chesapeake, 1260 Shotgun Rd, Bldg 41A, Chesapeake, Virginia, 23322-4510, United States
Zip Code: 23322-4510
 
Record
SN01735083-W 20090122/090121063455-a9541324bf69abea43c6e192ccba8351 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.