Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2010 FBO #3227
MODIFICATION

72 -- PHOENIX ONE STEP FLOORING

Notice Date
9/23/2010
 
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), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-11-Q-60222
 
Archive Date
10/13/2010
 
Point of Contact
Ramona L. Vazquez, Phone: 410-762-6784
 
E-Mail Address
Ramona.L.Vazquez@uscg.mil
(Ramona.L.Vazquez@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(i) 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. It is the intent of the Coast Guard to award this contract to HI-TECH FLOORING based upon a sole source justification, however the USCG will accept and review any quotes provided all requirements are met within the solicitation for all items being requested including technical requirements for items listed. (ii) Solicitation number HSCG40-11-Q-60222 applies, and is issued as a Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-43. (iv) This procurement is total small business. The North American Industry Classification System (NAICS) code is 326192 and the business size standard is 500 employees. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. (v) DESCRIPTION: Solicitation contains purchase requests from two separate originators located at one facility. Line items will be established according to the individual requests. It is possible where the same product may be asked on more than one line item. Quotes shall maintain line items and not combine like items on a single line. This is to ensure order integrity for the shops submitting the purchase request. ITEM 0001, P/N PT-603, PHOENIX ONE STEP TOPCOAT, STARLIGHT BLUE TOPCOAT EXPOXY DECKING. MSDS IS REQUIRED WITH EACH DELIVERY. - Quantity 180 KT, DELIVERY SHALL BE ON OR BEFORE 10/8/10. ITEM 0002, P/N PT-300, PHOENIX ANTI-SAG, CAB-O-SIL ANTI SAG 5 GALLON PAIL, MSDS IS REQUIRED WITH EACH DELIVERY. - Quantity 18 KT, DELIVERY SHALL BE ON OR BEFORE 10/8/10. ITEM 0003, P/N PT-100.5, PHOENIX ONE STEP SEALER, CLEAR, TWO PART MIX, PART A IS 1 GALLON SEALER AND PART B IS ONE QT HARDENER, EPOXY PRODUCT MEETING MLC 2001, MLCA STD 63410N-STD, MIL-D24613 TYPE 111 SPEC REQUIREMENTS, MSDS IS REQUIRED WITH EACH DELIVERY. - Quantity 36 KT, DELIVERY SHALL BE ON OR BEFORE 10/8/10. ITEM 0004, P/N PT-106, PHOENIX ONE STEP TOPCOAT, SALT AND PEPPER EPOXY ONE STEP FLOORING, MSDS IS REQUIRED WITH EACH DELIVERY. - Quantity 31 KT, DELIVERY SHALL BE ON OR BEFORE 10/8/10. ITEM 0005, P/N PT-100.5, PHOENIX ONE STEP SEALER, CLEAR, TWO PART MIX, PART A IS 1 GALLON SEALER AND PART B IS ONE QT HARDENER, EPOXY PRODUCT MEETING MLC 2001, MLCA STD 63410N-STD, MIL-D24613 TYPE 111 SPEC REQUIREMENTS, MSDS IS REQUIRED WITH EACH DELIVERY. - Quantity 12 KT, DELIVERY SHALL BE ON OR BEFORE 10/8/10. ITEM 0006, P/N PT-106, PHOENIX ONE STEP TOPCOAT, SALT AND PEPPER EPOXY ONE STEP FLOORING, MSDS IS REQUIRED WITH EACH DELIVERY. - Quantity 26 KT, DELIVERY SHALL BE ON OR BEFORE 10/8/10. ITEM 0007, P/N PT-100.5, PHOENIX ONE STEP SEALER, CLEAR, TWO PART MIX, PART A IS 1 GALLON SEALER AND PART B IS ONE QT HARDENER, EPOXY PRODUCT MEETING MLC 2001, MLCA STD 63410N-STD, MIL-D24613 TYPE 111 SPEC REQUIREMENTS, MSDS IS REQUIRED WITH EACH DELIVERY. - Quantity 11 KT, DELIVERY SHALL BE ON OR BEFORE 10/8/10. ITEM 0008, P/N PT-300, PHOENIX ANTI-SAG, CAB-O-SIL ANTI SAG 5 GALLON PAIL, MSDS IS REQUIRED WITH EACH DELIVERY. - Quantity 6 KT, DELIVERY SHALL BE ON OR BEFORE 10/8/10. ITEM 0009, P/N PT-100.5, PHOENIX ONE STEP SEALER, CLEAR, TWO PART MIX, PART A IS 1 GALLON SEALER AND PART B IS ONE QT HARDENER, EPOXY PRODUCT MEETING MLC 2001, MLCA STD 63410N-STD, MIL-D24613 TYPE 111 SPEC REQUIREMENTS, MSDS IS REQUIRED WITH EACH DELIVERY. - Quantity 16 KT, DELIVERY SHALL BE ON OR BEFORE 10/8/10. ITEM 0010, P/N PT-106, PHOENIX ONE STEP TOPCOAT, SALT AND PEPPER EPOXY ONE STEP FLOORING, MSDS IS REQUIRED WITH EACH DELIVERY. - Quantity 17 KT, DELIVERY SHALL BE ON OR BEFORE 10/8/10. ITEM 0011, P/N PT-600, PHOENIX UNDERLAYMENT, BROWN, 2 PART EPOXY COMPLETE WITH AGGREGATE ALL PACKAGED IN 5 GALLON PAIL. WHEN MIXED ONE KIT WILL COVER APPROX. 15 SQ FT @ 3/8" THICKNESS. MIL-PRF-24613. UNDERLAYMENT TO BE IAW MIL-PRF-3135 TY 1 CLASS 2 GRADE B. MSDS IS REQUIRED WITH EACH DELIVERY, TO BE SHOWN AS A SEPERATE LINE ITEM ON PO WHERE LINE STATES "TO BE SENT TO SAFETY DEPT FROM RECEIVING ROOM." THIS REQUIREMENT HOLDS FOR ALL LINES WITHIN THE SOLICITATION. Quantity 300 PL, DELIVERY SHALL BE ON OR BEFORE 10/8/10. **** Please pay close attention to the desired delivery dates for each item. If you can not meet the delivery date please provide your best offered start date.**** CONTRACTOR SHALL CONFORM TO THE FOLLOWIING PACKAGAGING, PRESERVATION AND MARKING INSTRUCTIONS AS NOTED - IF NO INSTRUCTIONS ARE PROVIDED, STANDARD COMMERICAL PRACTICE IS ACCEPTABLE. PACKAGING SPECIFICATIONS: Standard Commercial Pack is authorized for items not showing requirements on the attached uploaded documents. All HAZMAT documentations shall be provided and MSDS is required. PRESERVATION REQUIREMENTS: Preservation requirements include packaging that shall protect any finished surface from scratches or damage resulting from contact with internal blocking or bracing or anything inside the shipping container. MARKINGS: Clear marking and labeling of product identification is mandatory. In clear printed lettering (English) 1" min high, for each item as defined by its unit package quantity shall be individually marked with the following: a) Nomenclature, b) 13 digit Coast Guard Stock No. xxxx-xx-xxx-xxxx (if provided), c) MFG Part No., d) CAGE code (if known), e) Contract No. (issued upon award), f) Date. (vi) Place of delivery is: USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Building 88 - Receiving, Baltimore, MD 21226. Secondary delivery location will be provided upon award for physical holding tanks and their locations. **** ALL pricing shall be quoted as FOB Destination. **** (vii) 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 2009). 1. 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: a) Company's complete mailing and remittance addresses, b) Discounts for prompt payment if applicable, c) Cage Code, d) Dun & Bradstreet number (DUNS), e) Taxpayer ID number f) Offerors shall submit price and delivery information for all items. g) A recent past performance including: contract number, point of contact and current phone numbers. h) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (viii) 52.212-2 Evaluation-Commercial Items (Apr 2010). - The award will be made to the lowest priced and technically acceptable quotation meeting EXACT brand name as noted on the JOTFOC's, no substitutions. 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. This is to ensure accurate price per each item as described in the qty as requested. The Offeror shall view and print a copy of the solicitation as it appears in the attached documents to the solicitation as posted on the FedBizOpps Website to ensure complete knowledge and understanding of the solicitation with terms and conditions. The evaluation and award procedures in FAR 13.106 apply. (ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2009) with Alt 1 included are to be submitted with your offers. (x) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009) applies to this acquisition. (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Apr 2010). 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 (Apr2009)(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 11755) 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. 52.222-50 Combating Trafficking in Persons (Feb 2009) i. 52.222-54 Employment Eligibility Verification (Jan 2009) j. 52.225-3 Buy American Act - Free Trade Agreements - Israeli Trade Act (June 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). k. 52.225-13 Restriction 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). l. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(31.S.C. 3332). m. The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. 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. Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. (xii) See additional document(s) for uploaded documents to support order requirements. Items may appear duplicated however quote shall individually recognized each line item as its own due to multiple requests for different jobs are combined into one solicitation and must remain separate. (xiii) Defense Priorities and Allocations System (DPAS): N/A (xiv) QUOTES ARE DUE BY 12:00 PM EST on 9/28/10. Contractors are responsible for verifying receipt of their submitted quotes by either calling or emailing for confirmation. Quotes may be faxed (410) 762-6008 or emailed to Ramona.L.Vazquez@uscg.mil. (xv) POC is Ramona Vazquez, Procurement Agent, 410-762-6784.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-11-Q-60222/listing.html)
 
Place of Performance
Address: SURFACE FORCES LOGISTICS CENTER, RECEIVING BLDG 88, 2401 HAWKINS POINT ROAD, BALTIMORE, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN02293716-W 20100925/100923234757-5c6781a43754aaf4efa74ba903d74c3b (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.