Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2011 FBO #3465
SOLICITATION NOTICE

26 -- Tires

Notice Date
5/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326211 — Tire Manufacturing (except Retreading)
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, HU25, HH65, H60J, C130, ESD, IOD, ISD, CASA or ALD, Elizabeth City, North Carolina, 27909-5001, United States
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-11-Q-100041
 
Archive Date
6/15/2011
 
Point of Contact
Linda D Clark, Phone: 252-334-5212
 
E-Mail Address
linda.d.clark@uscg.mil
(linda.d.clark@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 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. This Request for Quotation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-51. The North American Industry Classification System (NAICS) code is 326211. The small business size standard is 1,000 employees. This is an unrestricted procurement. The contract will be awarded using simplified acquisition procedures in accordance with FAR Part 13.5. This contract will be awarded as a firm-fixed-price requirements contract. Funding shall be subject to availability of funds and will be provided on individual delivery orders. The award will be in accordance with FAR 6.302-1. THE COAST GUARD INTENDS TO AWARD THIS CONTRACT WITH A BASE PERIOD OF THREE YEARS. QUANTITIES LISTED BELOW ARE ESTIMATED REQUIREMENTS FOR EACH CONTRACT YEAR. The contract base period shall be based on date of contract award and will extend for three years from that date. The anticipated award date is 15 June 2011, but is not an exact date. Clin 1 NSN 2620-01-441-7060, P/N M08301, OR Size: 14.5X5.5R6 (company to supply the part number they are quoting at time of quote submission) Nose Radial Tire, 50 Estimated Quantity per year. These part numbers are approved for use by airframe manufacturer Dassault Aviation. The Coast Guard does not own nor can it provide specifications, plans, drawings or other technical data. Delivery will be made to USCG, Aviation Logistics Center (ALC), Receiving Section, Bldg. 63, Elizabeth City, NC 27909 marked for Field Stock (00001). F.O.B. Destination only applies and all other offers submitted on a basis other than F.O.B. Destination will not be considered for award. The contractor shall comply with ASTM D 3951-98 Commercial Packaging, shipping and Storage Procedures (Approved 11/10/98, issued 1/99, Reapproved 2004). PACKAGING/MARKING: Shipments shall consist of 500 lbs or more per delivery order. Tires shall be shipped on pallets. Each pallet shall have a copy of the packing slip attached indicating the NSN, part number, contract, and delivery order number, total quantity ordered, and the quantity per each pallet. Each tire shall be labeled (stick on label) with NSN and part number. WEIGHTS/DIMENSIONS: Weights given do not include weight of shipping pallet. Note: Tires are shipped on pallets, not in cartons or crates. Nose Tires Size 14.5X5.5R6 7.9 lbs INSPECTION/ACCEPTANCE: Certificate of Conformance with final inspection and acceptance to be performed by the US Coast Guard for count and condition only. LEVEL OF INSPECTION/QUALITY SYSTEM: The contractor shall provide and maintain a quality system in compliance with ISO 9001 or ISO 9002, ANSI/ASQC, Q9001, Q9002 or a Quality System that is acceptable to the government. Vendor shall indicate quality system used. DESIRED DELIVERY SCHEDULE: Desired delivery 30 days after receipt of order. Required delivery is 120 days after receipt of order. ACQUISITION REQUIREMENTS ARE FOR NEW MATERIAL ONLY. The items being procured are end items. The material itself will not be recapped. Reconditioned, Recapped, or Used material is not acceptable. All responsible sources may submit a proposal which shall be considered by the Agency. Tires must be OEM certified or if the awardee is other than the OEM, the awardee must be capable of providing OEM manufactured tires with traceability. Tracebility means that the awardee must be able to show a clear, documented, auditable paper trail for ownership and transfer of each part, from the OEM to the final vendor. Invoice Instructions Per FAR 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010) (g) Invoice. (1) The Contractor shall submit an original invoice and three copies (or electronic invoice, if authorized) to the address designated in the contract to receive invoices. An invoice must include- (i) Name and address of the Contractor; (ii) Invoice date and number; (iii) Contract number, contract line item number and, if applicable, the order number; (iv) Description, quantity, unit of measure, unit price and extended price of the items delivered; (v) Shipping number and date of shipment, including the bill of lading number and weight of shipment if shipped on Government bill of lading; (vi) Terms of any discount for prompt payment offered; (vii) Name and address of official to whom payment is to be sent; (viii) Name, title, and phone number of person to notify in event of defective invoice; and (ix) Taxpayer Identification Number (TIN). The Contractor shall include its TIN on the invoice only if required elsewhere in this contract. (x) Electronic funds transfer (EFT) banking information. (A) The Contractor shall include EFT banking information on the invoice only if required elsewhere in this contract. (B) If EFT banking information is not required to be on the invoice, in order for the invoice to be a proper invoice, the Contractor shall have submitted correct EFT banking information in accordance with the applicable solicitation provision, contract clause (e.g., 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration, or 52.232-34, Payment by Electronic Funds Transfer-Other Than Central Contractor Registration), or applicable agency procedures. (C) EFT banking information is not required if the Government waived the requirement to pay by EFT. (2) Invoices will be handled in accordance with the Prompt Payment Act (31 U.S.C. 3903) and Office of Management and Budget (OMB) prompt payment regulations at 5 CFR Part 1315. Send invoices to: Chief, Fiscal Branch, USCG, ALC, Elizabeth City, NC 27909 or ALC-Fiscal@uscg.mil, Payment status: (252) 335-6852 or ALC-Fiscal@uscg.mil Additional Information: Invoices with shipping charges in excess of $100 must be accompanied by a certified freight bill. Federal agencies are exempt from taxes. The tax exemption number for the U.S. Coast Guard is B-239641. A Tax Exemption Certificate may be obtained from the issuing office listed in Block 9 of the contract/order. The following Federal Acquisition Regulation and Homeland Security Acquisition Regulations, Provisions and Clauses apply: 52.211-14 Notice of Priority Rating for National Defense Use, Emergency Preparedness and Energy Use Program (Apr 2008) DO rated; APPLICABLE FULL TEXT PROVISIONS/CLAUSES ARE INCLUDED AS SEPARATE ATTACHMENTS. 52.212-2 Evaluation-Commercial Items (Jan 1999) Award will be made to the offeror proposing the best value to the Government considering technical capability, price and past performance. Technical capability and past performance, when combined are approximately equal to price. 52.212-3 Offeror Representations and Certifications-Commercial Items (APR 2011)-Offerors shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraph (c) through (m) of this provision. 52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2010) with the following included by Addendum: 52.252-2 Clauses Incorporated by Reference (Feb 1998). This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The full text of a clause may be accessed electronically at this internet address: https://www.acquisition.gov/far; 52.204-4 Printed Copied Double-Sided on Recycled paper (AUG 2000);52.223-6 Drug Free Workplace (MAY 2001); 52.233-1 Disputes (JUL 2002); 52.233-2 Service of Protest (SEP 2006); 52.242-13 Bankruptcy (JUL 1995); 52.246-15 Certificate of Conformance (APR 1984); 52.247-34 FOB Destination; 52.212-5 Contract Terms and Conditions Required to implement Statutes or Executive Orders-Commercial Items (APR 2011)(b)(1),(10-11),(13),(20-25),(33),(38),(d). Closing date for receipt of quotations is May 31, 2011, 12:00 P.M. EST. Submit to USCG Aviation Logistics Center, MRS Product Line, Elizabeth City, NC, ATTN; Linda Clark 334-5212, Linda.D.Clark@uscg.mil. All responsible sources may submit a capability statement, proposal or quotation which will be considered by the agency. ADDENDUM TO 52.212-1 INSTRUCTIONS TO OFFERORS-COMMERCIAL ITEMS (Additional clauses/provisions in full text) NOTICE FOR FILING AGENCY PROTESTS 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 Quotes will be accepted via e-mail at the above addresses, facsimile at 252-334-5427, or at the following address: MEDIUM RANGE SURVEILLANCE (MRS) USCG/CASA AVIATION LOGISTICS CENTER (ALC) ELIZABETH CITY, NC 27909
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-11-Q-100041/listing.html)
 
Record
SN02451952-W 20110521/110519234333-0f3332bd23dc015f0f0e3de745825020 (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.