Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2011 FBO #3368
SOLICITATION NOTICE

56 -- CEILING PANEL FOR USE ONBOARD USCG VESSELS

Notice Date
2/11/2011
 
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), 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-61080
 
Archive Date
3/15/2011
 
Point of Contact
Robert Orofino, Phone: 410-762-6503
 
E-Mail Address
Robert.R.Orofino@uscg.mil
(Robert.R.Orofino@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
The USCG Surface Forces Logistics Center has a requirement to procure the following: 1) 5670-01-LG8-6714 PANEL, CEILING, 5/8" THICK X 23 3/4" X 23 3/4" PERFORATED ALUMINUM FACED 0.024" THK #301 WHITE FINISH 1/8" DIA. PERFORATION ON 21/64" STAGGERED CENTERS POLYIMIDE FOAM BACKING FITS STANDARD 2 FT X 2 FT T-BAR GRID TO BE MANUFACTURED IN ACCORDANCE WITH: USN HABITABILITY LIST TYPE "G" SHIP SPEC MIL-STD-1623 Quantity: 708 Each MARKING AND PACKAGING REQUIREMENTS: PACKAGING: EACH ITEM SHALL BE INDIVUALLY PACKAGED IN ACCORDANCE WITH THE COAST GUARD "UNIT OF ISSUE". ACCEPTABLE METHOD OF PACKAGING IS STANDARD COMMERCIAL, DEFINED AS THE WAY ITEMS ARE SOLD AND SHIPPED TO THE PUBLIC OVER THE COUNTER WITH THE EXCEPTION OF THE MARKING REQUIREMENTS. MARKING: EACH ITEM DEFINED, BY ITS' "UNIT OF ISSUE", SHALL BE MARKED IN CLEAR, PRINTED LETTERING WITH THE FOLLOWING NOMENCALTURE: -COAST GUARD 13 DIGIT STOCK NO -UNIT OF ISSUE -MFG PART NUMBER -CAGE CODE (IF KNOWN) -PURCHASE ORDER NUMBER Pricing is requested on an F.O.B. Destination basis. Shipping costs shall be included in the price of the item. Please submit you proposed delivery information for each line item. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAC 2005-48 (January 31, 2011) and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.far,FAR 52.212-1,Instructions to Offerors -Commercial Items (JUNE 2008) FAR 212-3 -Offerors Representations and Certifications-Commercial Items (Jan 2011) with Alt. 1 included FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2011). The following clauses listed within FAR 52.212-5 are applicable: 52.219-28 Post Award Small Business Program Representation; FAR 52.222-3, Convict Labor ; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity; FAR 52.222-36, Affirmative Action for Workers with Disabilities; FAR 52.225-1, Buy American Act-Supplies ; 52.225-3 Buy American Act - Free Trade Agreement - Israeli Trade Act (41 USC 10a-10d, 19 USC 3301 note, 19 USC 2112 note, 19 USC 3805, note Pub L 108-77,108-78, 108-286, 108-301, 109-53, 109-169, 109-283, 110-138, Payment by Electronic Funds Transfer-Central Contractor Registration. This requirement is being synopsized as a full and open competitive acquisition under NAICS code 332999. The Small Business Size Standard is 500. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.5. It is anticipated that a competitive purchase order shall be awarded as a result of this synopsis/solicitation. EVALUATION Award shall be made without discussions unless the Contracting Officer determines discussions are necessary. Quotations received in response to this synopsis/solicitation shall be evaluated on a best value basis utilizing the following technical, price and price-related factors: (a) Meets minimum specification requirements (b) Estimated price (c) Past performance All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer. 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/HSCG40-11-Q-61080/listing.html)
 
Record
SN02378246-W 20110213/110211234109-8cf0d6a0c08c9ceedfab4a7f9f3ed379 (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.