Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 21, 2009 FBO #2672
SOLICITATION NOTICE

95 -- Steel & Aluminum Stock - Word Doc version of solicitation

Notice Date
3/19/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423510 — Metal Service Centers and Other Metal 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-3JL285
 
Archive Date
4/17/2009
 
Point of Contact
Dale Kendrick, Phone: 757-483-8541
 
E-Mail Address
robert.d.kendrick@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Plain text (WORD doc) version of solicitation 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- 3JL285 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 Total Small Business Set Aside procurement; the applicable NAICS number is 423510 and the small business size standard is 100 employees. The FOB Destination delivery is to: Portsmouth, VA 23703, on or before: 04/27/2009. Offers are due at: USCG ISC Portsmouth, VA, by the Close of Business on 04/02/2009. Questions may be directed to Dale Kendrick, telephone 757-483-8541. The USCG ISC Portsmouth has a requirement to purchase: steel and aluminum stock. The US Coast Guard issues this requirement as two options, one for steel stock and one for aluminum stock. The Government reserves the right to award either commodity separately or on an all or none basis – best value being price and delivery for the entire order or for each commodity line separately. Require delivery by flat bed truck. Quotes must state delivery schedule and country of origin for non-domestic products. One or more of the items under this acquisition is subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. Option 1. The US Coast Guard has a requirement for steel stock. All plate, channel, angle, flat bar and round bar shall be hot rolled A36 steel. All pipe shall be random length unless other wise specified, i.e. A.1. (A.1) 0.750-inch x 252.000-inch, Sch 40, A106B seamless steel pipe – minimum 252.000-inch, no random length, 100 each; (A.2) 1.000-inch x 240.000-inch, Sch 40, A106B steel pipe, 02 each; (A.3) 1.500-inch x 252.000-inch random length, Sch 40, A500 steel pipe, 67 each; (A.4) 1.500-inch x 240.000-inch, Sch 80, A106B seamless steel pipe, 105 each; (A.5) 2.000-inch x 240.000-inch, Sch 80, A106B seamless steel pipe, 43 each; (A.6) 14.000-inch OD x 480.000-inch A106B seamless steel pipe, 0.500-inch wall thickness, 04 each; (A.7) 20.000-inch OD x 96.000-inch A106B seamless steel pipe, 0.500-inch wall thickness, 09 each; (A.8) 0.1875-inch x 1.000-inch x 240.000-inch steel flat bar, 20 each; (A.9) 0.1875-inch x 2.000-inch x 240.000-inch steel flat bar, 45 each; (A.10) 0.250-inch x 4.000-inch x 240.000-inch steel flat bar, 06 each; (A.11) 0.5000-inch x 4.000-inch x 240.000-inch steel flat bar, 01 each; (A.12) 0.375-inch x 2.000-inch x 240.000-inch steel flat bar, 179 each; (A.13) 0.375-inch x 3.000-inch x 240.000-inch steel flat bar, 17 each; (A.14) 0.375-inch x 4.000-inch x 240.000-inch steel flat bar, 05 each; (A.15) 0.375-inch x 6.000-inch x 240.000-inch steel flat bar, 05 each; (A.16) 0.625-inch x 240.000-inch steel round bar, 88 each; (A.17) 0.750-inch x 240.000-inch steel round bar, 12 each; (A.18) 1.000-inch x 240.000-inch steel round bar, 14 each; (A.19) 1.000-inch x 144.000-inch T304 stainless steel round bar; 01 each; (A.20) 3.000-inch x 3.000-inch x 0.250-inch x 240.000-inch steel angle, 38 each; (A.21) 3.000-inch x 3.000-inch x 0.3125-inch x 240.000-inch steel angle, 17 each; (A.22) 6.000-inch x 6.000-inch x 0.375-inch x 480.000-inch A500 steel tubing, 12 each; (A.23) 4.000-inch x 7.250-inch x 480.000-inch steel channel, 40 each; (A.24) 0.250-inch x 48.000-inch x 96.000-inch steel plate, 03 each; (A.25) 0.500-inch x 48.000-inch x 96.000-inch steel plate, 04 each; (A.26) 1.000-inch x 0.125-inch x 24.000-inch x 240.000-inch galv. steel grating, 20 each; (A.27) 8.000-inch depth x 7.995-inch flange width x 0.435-inch flange thickness x 0.285 web thickness x 480.000-inch, 31#, steel wide flange beam, 18 each; Option 2: The US Coast Guard has a requirement for the following aluminum stock: (B.1) 2.000-inch x 240.000-inch Sch 40, 6061 aluminum pipe, 17 each; (B.2) 1.500-inch x 1.500-inch x 0.1875-inch x 192.000-inch 6063 aluminum angle, 10 each; (B.3) 2.000-inch x 2.000-inch x 0.250-inch x 300.000-inch 6061 aluminum angle, 35 each; (B.4) 0.250-inch x 60.000-inch x 120.000-inch 5052 aluminum plate, 20 each; (B.5) 0.190-inch x 60.000-inch x 120.000-inch 5052 aluminum plate, 04 each; (B.6) 0.500-inch x 48.000-inch x 96.000-inch 6061 aluminum plate, 12 each; (B.7) 0.250-inch x 3.000-inch x 144.000-inch 6061 aluminum flat bar, 17 each. 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. Quotes may be mailed, faxed or emailed. 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 incorporated and the evaluation criteria will be: price, delivery time. 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: 52.203-6, Restrictions on Subcontractor Sales to the Government (Sep 2006), with Alternate I (Oct 1995)(41 U.S.C. 253g and 10 U.S.C. 2402); 52.219-6, Notice of Total Small Business Set-Aside (Jun 2003)(15 U.S.C. 644); 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C637(d) (2) and (3); 52.219-14, Limitations on Subcontracting Plans (Dec 1996)(15 U.S.C. 637(a)(14)); 52.219-28, Post Award Small Business Program Representation (Jun 2007) (15 U.S.C. 632(a)(2)); 52.222-3 Convict Labor (Jun 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); 52.222-50, 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); 52.225-13, 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)(21 U.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=81187a1b9244f544674acb062246f7a3&tab=core&_cview=1)
 
Place of Performance
Address: USCG ISC Portsmouth, Industrial Division, 4000 Coast Guard Blvd, Portsmouth, Virginia, 23703-2199, United States
Zip Code: 23703-2199
 
Record
SN01773770-W 20090321/090319221253-81187a1b9244f544674acb062246f7a3 (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.