Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 10, 2009 FBO #2692
SOLICITATION NOTICE

95 -- BOUNDING BARS/ STAGGERED DELIVERIES - Coversheet

Notice Date
4/8/2009
 
Notice Type
Combined Synopsis/Solicitation
 
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-41066
 
Archive Date
5/29/2009
 
Point of Contact
Aleksandra M Stawicka,, Phone: 410-762-6587, Sharon Byrd,, Phone: 410-762-6491
 
E-Mail Address
aleksandra.m.stawicka@uscg.mil, sharon.l.byrd@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Please fill out this coversheet and include it with your quote. 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. Solicitation number HSCG40-09-Q-41066 applies, and is issued as a Request for Quotation. This procurement is set aside for small business. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-32. The North American Industry Classification System (NAICS) code is 332322 and the business size standard is 500 employees. U.S. Coast Guard Engineering Logistics Center intends to award a Firm Fixed Price Contract. 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. ITEM 0001, BOUNDING BAR, 2 5/16” X 5/8” X 8’ – 0” Z-TRACK.050” aluminum w/FED-STD 595B-paint #27780, manufactured IAW piece 5 on cg drawing 123-wpb-621-001 sheets 1 & 3. Quantity 50 EA. ITEM 0002, BOUNDING BAR, 2” X ¼” X 8’ – 0” HALF-H.050” aluminum w/FED-STD 595B-paint #27780, manufactured IAW piece 6 on cg drawing 123-wpb-621-001 sheets 1 & 3. Quantity 30 EA. ITEM 0003, BOUNDING BAR, 1” X 1 ½” X 8’ – 0” ANGLE TRIM.050” aluminum w/FED-STD 595B-paint #27780, manufactured IAW piece 9 on cg drawing 123-wpb-621-001 sheets 1 & 3. Quantity 50 EA. ITEM 0004, BOUNDING BAR, 13/16” X 5/8” X 8’ – 0” CAP 18 GA. Stainless steel type 316 w/one side polished, manufactured IAW piece 14 on cg drawing 123-wpb-621-001 sheets 1 & 3. Quantity 16 EA. ITEM 0005, BOUNDING BAR, 13/16” X 5/8” X 8’ – 0” CAP.050” aluminum w/FED-STD 595B-paint #27780, manufactured IAW piece 41 on cg drawing 123-wpb-621-001 sheets 1 & 3. Quantity 65 EA. The Government delivery shall be made in accordance to the following schedule: DESIRED DELIVERY SCHEDULE DescriptionWithin the times listed below per item *Ship Set #1 October 1, 2009 Ship Set #2 February 1, 2010 Ship Set #3 June 15, 2010 Ship Set #4 October 1, 2010 Ship Set #5 January 4, 2011 *One ship set is defined as CLIN’s: 1, 2, 3, 4, 5, Quantities as stated in description. The Government will evaluate equally, as regards to time of delivery, offers that propose delivery of each quantity within the applicable delivery period specified above. Offers that propose delivery that will not clearly fall within the applicable required delivery period specified above may not be considered for award and rejected. The Government reserves the right to award under either the desired delivery schedule or the proposed delivery schedule, when an offeror offers an earlier delivery schedule than required above. If the offeror proposes no other delivery schedule, the desired delivery schedule above will apply. The contractor is responsible for identifying LONG LEAD TIME items and delivery schedule. CONTRACTOR SHALL CONFORM TO THE FOLLOWING PACKAGING AND MARKING INSTRUCTIONS: PACKAGING: Each item as defined by its unit package quantity shall be “Individually Packaged”. Standard commercial is acceptable. Defined as the way items are packaged, sold and shipped over the commercial counter. It shall provide protection for multiple handling, shipment by any mode and storage periods for up to 1 year in enclosed facility and also be suitable for redistribution without any additional repackaging or marking. MARKINGS: In clear printed lettering each item as defined by it’s unit package quantity shall be individually marked or labeled with the following: Nomenclature, Stock No., MFG Part No., Cage Code (if known) and Purchase Order/Contract No. Place of delivery shall be: USCG Engineering Logistics Center, 2401 Hawkins Point Road, Baltimore, MD 21226. Please quote prices FOB Destination. 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). FAR 52.212-2 Evaluation-Commercial Items-Delivery (Jan 1999), Evaluation factors are delivery and price. Delivery is more important than price. This is a best value award. Award may be made to other than the lowest price. This is a commercial item acquisition. The evaluation and award procedures in FAR 13.106 apply. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Feb 2009) with Alt 1 included are to be submitted with your offers. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Apr 2009). The following clauses listed in 52.212-5 are incorporated: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006); 52.219-6 Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644); 52.219-28 Post Award Small Business Program (Apr 2009) (15 U.S.C. 637(d)(2) and (3); 52.222-3 Convict labor (June 2003) (E.O. 11755); 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (EO 11755); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (March 2007)(E.O. 11246); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793); 52.222-50 Combating Trafficking in Persons (Feb 2009); 52.225-1, Buy American Act--Supplies (Feb 2009)(41 U.S.C. 10a-10d); 52.225-3, Buy American Act –Free Trade Agreements – Israeli Trade Act (Feb 2009) (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); 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) (E.o.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150); 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibitions on contracts with corporation expatriates (June 2006); 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. See numbered note 1, 22. 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: 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. If not registered in ORCA, Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. If registered in ORCA, Offeror shall include only part K of provision 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. 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. The Government reserves the right to award without discussion. Drawings available upon request, email Aleksandra.M.Stawicka@uscg.mil. QUOTES ARE DUE BY 10:00 AM EST on April 30, 2009. Quotes may be faxed (410) 636-4991 or emailed to Aleksandra.M.Stawicka@uscg.mil.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=87459244e9a58d1934542e4609efbec6&tab=core&_cview=1)
 
Place of Performance
Address: US Coast Guard, Receiving Room - Bldg 88, 2401 Hawkins Point Road, Baltimore, MD 21226, Baltimore, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN01788838-W 20090410/090408221023-87459244e9a58d1934542e4609efbec6 (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.