Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 23, 2010 FBO #3072
MODIFICATION

80 -- Underlayment, Deck Covering

Notice Date
4/21/2010
 
Notice Type
Modification/Amendment
 
NAICS
326192 — Resilient Floor Covering Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 3, 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-10-Q-62088
 
Archive Date
5/6/2010
 
Point of Contact
Iris M. Johnson, Phone: 4107626427, Sharon Byrd, Phone: 410-762-6491
 
E-Mail Address
Iris.M.Johnson@uscg.mil, sharon.l.byrd@uscg.mil
(Iris.M.Johnson@uscg.mil, sharon.l.byrd@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for commercial items prepared in accordance with 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. (ii) Solicitation Number HSCG40-10-Q-62088 applies and this solicitation is issued as a Request for Quotation (RFQ). (iii) The solicitation/synopsis and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-39, effective 19 Mar 2010. (iv) This is a set aside for small business. The NAICS code for this solicitation is 326192 and the small business standard is 500 employees. (v) The United States Coast Guard Engineering Logistics Center has a requirement for the following Contract Line Item Number: CLIN 0001. QTY 415 PL (PALS); UNDERLAYMENT, DECK COVERING, EPOXY, BROWN, RESIN BASED, USED IN COVERING / LEVELING DECKS TO PROVIDE A SMOOTH SURFACE OVER WHICH A FINAL DECK COVERING SYSTEM (SUCH AS MIL-PRF-24613) WILL BE APPLIED. UNDERLAYMENT TO BE IAW MIL-PRF-3135 TY 1 CLASS 2 GRADE B. VENDOR MUST BE APPROVED AND LISTED ON THE QUALIFIED PRODUCTS DATABASE. (OLD QPL). MSDS IS REQUIRED WITH EACH DELIVERY, TO BE SHOWN AS A SEPERATE LINE ITEM ON PO AND SENT TO SAFETY DEPT FROM REC. ROOM. PHOENIX PT-600 UNDERLAYMENT BROWN OR AN EQUAL PRODUCT. IT CONSIST OF 2 PART EPOXY COMPLETE WITH AGGREGATE ALL PACHAGED IN 5 GALLON PAIL. WHEN MIXED ONE KIT WILL COVER APPROX. 15 SQ FT @ 3/8" THICKNESS. (vi) CONTRACTOR SHALL CONFORM TO THE FOLLOWING PACKAGING, PRESERVATION AND MARKING INSTRUCTIONS: PACKAGING REQUIREMENTS: MOST IMPORTANT IS THAT EACH ITEM AS DEFINEED BY ITS "UNIT OF ISSUE" MUST BE INDIVIDUALLY PACKAGED. ACCEPTABLE METHOD OF PACKAGING IS STANDARD COMMERCIAL DEFINED AS THE WAY ITEMS ARE SOLD AND SHIPPED TO THE PUBLIC OVER THE COUNTER (PROVIDING EACH ITEM IS INDIVUALLY PACKAGED) AND WILL PROVIDE PROTECTION TO THE MATERIAL FOR UP TO 1 YEAR IN A WAREHOUSE FACILITY. MULTIPLE HANDLING FOR REDISTRIBUTION OF MATERIAL SHALL NOT REQUIRE ADDITIONAL PACKAGING FOR SHIPMENT FROM COAST GUARD WAREHOUSE FACILITY. MARKING REQUIREMENTS: MARKING: EACH ITEM AS DEFINED BY ITS "UNIT OF ISSUE" SHALL BE MARKED IN CLEAR PRINTED LETTERING WITH THE FOLLOWING NOMENCALTURE: COAST GUARD 13 DIGIT STOCK NO., CG UNIT OF ISSUE, MFG PART NO., CAGE CODE (IF KNOWN) AND PURCHASE ORDER/CONTRACT NO. NOTE TO VENDOR: FAILURE TO COMPLY WITH STATED PACKAGING AND MARKING REQUIREMENTS WILL RESULT IN ALL MATERIAL BEING RETURNED AT VENDOR EXPENSE. ALL DELIVERIES ARE TO BE MADE MONDAY THROUGH FRIDAY BETWEEN THE HOURS OF 7:30 AM AND 3:30 PM. (vii) Requested delivery date: On or about 30 April 2010. FOB Destination, Delivery to U.S. Coast Guard, Surface Forces Logistics Center, Baltimore, MD. 21226. (viii) FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008). 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 and 6) Pricing and delivery information. 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). - This is a commercial item acquisition. The award will be made to the lowest price and technically acceptable quotation. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation. Offeror shall include in their offer a copy of the Description of Items or Services showing the bid prices being offered. The evaluation and award procedures in FAR 13.106 apply (x) FAR 52.212-3. Annual Representations and Certifications - Commercial Items (Aug 2009) - The use of ORCA is mandatory as of January 1, 2005. ORCA is available through Business Partner Network (BPN) at http://www.bpn.gov. Contractors will use ORCA to electronically submit annual representations and certifications (REP & CERTS). If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete paragraphs (b) through (k) of provision FAR 52.212-3 which can be obtained electronically at http://www.arnet.gov/far. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009) applies to this acquisition. The following addendums apply: Address for submission of invoices is U.S. Coast Guard YARD, P.O. Box 4122, Chesapeake, VA 23327-4122. Inspection/Acceptance: QA (Quality Assurance) inspection shall be performed by U.S. Coast Guard Quality Assurance Representatives. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Jun 2008). The following clauses listed in 52.212-5 are incorporated: a. 52.219-6 Notice of Total Small Business Aside (June 2003) (15U.S.C. 644). b. 52.219-28 Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). c. 52.222-3 Convict labor (June 2003) (E.O. 11755) d. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Aug 2009) (EO 13126) e. 52.222-21 Prohibition of Segregated Facilities (Feb 1999) f. 52.222-26 Equal Opportunity (March 2007)(E.O. 11246) g. 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793) h. 52.222-54 Employment Eligibility Verification (Jan 2009) i. 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d). j. (i) 52.225-3, Buy American Act -Free Trade Agreements - Israeli Trade Act (Jun 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-301, 109-53, 109-169, 109-283, and 110-138). (ii) Alternate I (Jan 2004) of 52.225-3. k. 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). (xiii) The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. HSAR 3052.242-71 Dissemination of Contract Information (Dec 2003); Copies of HSAR clauses may be obtained electronically at: Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. (xiv) N/A (xv) QUOTES ARE DUE BY 4:30 PM EST on 21 April 2010. Quotes may be faxed to (410) 762-6008 or emailed to Iris.M.Johnson@uscg.mil. (xvi) For information regarding this solicitation contact: Iris Johnson at 410-762-6427 or email Iris.M.Johnson@uscg.mil or Sharon Byrd at 410-762-6491 or email sharon.l.byrd@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-10-Q-62088 /listing.html)
 
Place of Performance
Address: 2401 Hawkins Point Road, Baltimore, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN02128616-W 20100423/100421235240-5c74a3243d5bb01210a0375892a2eda5 (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.