Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 31, 2009 FBO #2804
SOLICITATION NOTICE

84 -- Medals and Ribbions - RFQ Documents

Notice Date
7/29/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product 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-R-20041
 
Archive Date
8/27/2009
 
Point of Contact
Dennis S Kokoskie, Phone: 4107626097
 
E-Mail Address
Dennis.S.Kokoskie@uscg.mil
(Dennis.S.Kokoskie@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment Three - Transfer of Heraldry Tooling. Attachment Two - Statement of Work Attachment One - Schedule of Supplies and Prices - Contractor fill in. This is a combined Synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the Federal Acquisition Regulation (FAR), as supplemented with additional information included in this notice. FAR Subpart 13.5, Test Program for Certain Commercial Items will be utilized for this acquisition. This announcement constitutes the only solicitation and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-35. The Request for Quotation (RFQ) Solicitation Number is HSCG40-09-R-20041. Applicable NAICS Code is 332999, Small Business size standard is 500 employees. Offerors shall respond to all requirements of the solicitation. STATEMENT OF WORK (SOW) - Indefinite Delivery, Requirements type contract for various ribbons, medals, buttons, and pins for military and civilian personnel (See Attachment One for Schedule of Supplies - Contract Line Items 0001 through 4025). All material to be manufactured in accordance with applicable descriptions and military specifications as provided in Attachment Two and Attachment Three. It is intended to award a Requirements Contract with one (1) base year and four (4) option years. Delivery orders will be issued against resulting contract. The Government REQUIRES that First Article Samples be manufactured and provided for inspection by US Coast Guard personnel (See Attachment One for Schedule of Supplies/First Article Samples - Contract Line Items 5001-5025). First Article Samples (1 each) will be required to be provided after contract award and will be identified on individual delivery orders placed against the contract. If award is made to a previous supplier, a waiver from submission of First Article Samples may be requested. This request shall be made in writing to the Contracting Officer. The First Article Samples WILL NOT be considered as partial shipment against the Production quantity. Authority to proceed with the production quantity will not be granted until first article samples have been successfully inspection and approved. The contractor shall produce both the first articles and the production quantity at the same facility and shall submit a certification to this effect with each submission. Address for delivery of First Article Samples will be provided at time of Contract Award and /or upon issuance of individual delivery order. The government desires delivery of First Article Samples within 60 days after receipt of individual delivery order. Production run material shall be delivered to destination: U.S. Coast Guard ELC, 2401 Hawkins Point Road, Receiving Room, Bldg 88, Baltimore, MD 21226. Final inspection and Acceptance will be made at destination by USCG ELC Personnel. The government desires delivery of supplies within 90 days after receipt of individual delivery order. Preservation, Packaging, and Marking (PP & M) to be in accordance with ASTM-3951D. All boxes shall be marked with identifying information as provided in MIL-STD-129 and marked with number of boxes (i.e. box 1 of 2, box 2 of 2....). BARCODING IS REQUIRED. Offerors are instructed to include a completed copy of Federal Acquisition Regulation (FAR) provision 52.212-3, "Offerors Representations and Certification--Commercial Items (July 2009)" with their proposal. An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. The following FAR provisions and clauses apply to this Request for Quotation (RFQ) and are incorporated by reference: FAR 52.204-7, Central Contractor Registration (Apr 2008); FAR 52.209-4, First Article Approval - Government Testing (Sep 1989) - Alternate I (Jan 1997); FAR Provision 52.212-1, Instructions to Offerors--Commercial Items (Jun 2008). FAR Provision 52.212-2, Evaluation-Commercial Items (Jan 1999). The following addenda is added to FAR Clause 52.212-2: EVALUATION - The following factor shall be used to evaluate offers: Price. The unit price of each line item shall be multiplied by the estimated quantity to arrive at a total price. The total of all line items shall be added together to arrive at an aggregate total. Price evaluation will be performed by the Contracting Officer to determine the reasonableness of each proposed price and to determine the Offerors understanding and ability to perform the contract. The Government reserves the right to make an award without discussions. FAR Provision 52.217-5, Evaluation of Options (Jul 1990) – Except when it is determined in accordance with FAR 17.206(b) not to be in the Government’s best interest, the Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirements. Evaluation of options will not obligate the Government to exercise the option(s). The execution of a contract does not constitute authority for the Contractor to ship any quantity of the items for which it has received an award. Shipment will only be authorized by a formal Delivery Order issued by the U.S. Coast Guard Engineering Logistics Center (ELC), against said contract. The quantities shown are estimates of the Coast Guard ELC annual requirements and are not definitely ordered hereby. However, upon award of a contract, the Coast Guard ELC is obligated to order hereunder, such quantities as may be needed to fill its requirements for the items during the term of this contract. Except as otherwise provided for herein, the Contractor is obligated to provide all such quantities as may be required to accomplish each particular delivery order. FAR Clause 52.212-4, Contract Terms and Conditions--Commercial Items (Mar 2009). The following addenda is added to 52.212-4: Address for submission of invoices: U.S. Coast Guard YARD/Finance Center, P.O. Box 4122, Chesapeake, VA 23327-4122; EMAIL TO: fin-smb-yardteam@uscg.mil. Payment Terms; The Government’s normal payment terms are NET 30; however, Offerors may propose discounts for prompt payment. In addition to the requirements of FAR 52.212-4, the Contractor shall indicate their Taxpayer Identification Number (TIN) on any invoice submitted for payment. The following FAR Clauses apply: FAR 52.216-18, Ordering (Oct 1995) incorporated by reference with the following text fill in from paragraph (a) of the clause: (a) Any supplies and services to be furnished under this contract shall be ordered by issuance of delivery orders or task orders by the individuals or activities designated in the schedule. Such order may be issued from the award date through the contract expiration date. FAR 52.216-19, Order Limitation (Oct 1995) (a) Minimum order: When the Government requires supplies or services covered by this contract in the amount of less than $50.00 per Delivery Order, the Government is not obligated to purchase, nor is the Contractor obligated to furnish, those supplies or services under the contract. (b) Maximum order: The Contractor is not obligated to honor – (1) Any order for a single item in excess of $10,000.00, (2) Any order for a combination of items in excess of $75,000.00, (3) A series of orders from the same ordering office within 30 days that together call for quantities exceeding the limitation in subparagraph (1) or (2) above. (c) As this is a requirements contract (i.e. includes the Requirements clause at subsection 5.216-21 of the FAR, the Government is not required to order a part of any one requirement from the Contractor if that requirement exceeds the maximum-order limitations in paragraph (b) above. (d) Notwithstanding paragraphs (b) and (c) above, the Contractor shall honor any order exceeding the maximum order limitation in paragraph (b), unless that order(s) is returned to the office within 15 days after issuance, with written notice stating the Contractor’s intent not to ship the item(s) called for and the reasons. Upon receiving this notice, the Government may require the supplies or services from another source. FAR 52.216-21, Requirements (Oct 1995) is incorporated by reference with the following text fill in from paragraph (f) of the clause: The contract shall govern the contractor’s and the Government’s rights and obligations with respect to that order to the same extent as if the order were completed during the contract’s effective period; provided, that the Contractor shall not be required to perform under this contract after 60 days from the contract’s expiration date. FAR 52.217-9, Option to Extend the Term of the Contract (Mar 2000) (a) The Government may extend the term of this contract by written notice to the Contractor at least 30 days before the contract expires. (b) If the Government exercises this option, the extended contract shall be considered to include this option provision. (c) The total duration of this contract, including the exercise of any options under this clause, shall be five (5) years from date of award FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; FAR 52.203-3, Gratuities (Apr 1984). FAR 52.204-4, Printed or Copied Double-Sided on Recycled Paper (Aug 2000). FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jun 2009) applies to this acquisition and the following FAR clauses cited in the clause are applicable to this acquisition: 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), 52.219-4, Notice of Price Evaluation Preference for HUBZone Small Business Concerns (Jul 2005). (15 U.S.C. 657a); 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637(d)(2) and (3)), 52.219-28, Post Award Small Business Program Rerepresentation (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 (E.O 11246); 52.222-35, Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); 52.222-36, Affirmative Action for Handicapped Workers (29 U.S.C. 793); 52.222-37 Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.222-50, Combating Trafficking in Persons (Aug 2007), 52.225-1, Buy American Act –Balance of Payments Program-Supplies (41 U.S.C. 10a-10d), 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer – Central Contractor Registration (31 U.S.C. 3332); contractor must be registered in CCR before receiving award. The following Homeland Security Acquisition Regulation clauses apply to this solicitation and any subsequent order that may be issued from this solicitation. HSAR 3052-209.70, Prohibition on Contracts with Corporate Expatriates (July 2007), Certification required: OFFERORS MUST SUBMIT THE FOLLOWING INFORMATION: Disclosure: The offeror under this solicitation represents that [Check one]: __ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73; __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or __it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submit a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal. HSAR 3052.242.71, Dissemination of Contract Information, is hereby incorporated by reference. Vendors interested in submitting a quote shall out Attachment One and return it to the POC by the closing date of this announcement. POC for this requirement is Dennis S. Kokoskie, Contract Specialist, phone (410) 762-6245, fax (410) 762-6226, and email dennis.s.kokoskie@uscg.mil. Quotes can be emailed (HIGHLY preferred) or faxed and are due no later than 2PM EST, AUGUST 12, 2009. All responsible and responsive sources are invited to submit an offer which will be considered by this agency. NOTICE FOR FILING AGENCY PROTESTS United States Coast Guard Ombudsman Program It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the USCG Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester’s concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency’s goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103. If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted to: Department of Homeland Security United States Coast Guard (CG-9131) Ombudsman Program for Agency Protests 1900 Half Street, SW, Room 11-0602 Washington, D. C. 20593-0001 FAX: 202.475.3904 The Ombudsman Hotline telephone number is 202.372.3695.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-09-R-20041/listing.html)
 
Record
SN01891861-W 20090731/090730001312-2d7ed538a82e92722a57ad0b508e7929 (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.