Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 02, 2011 FBO #3477
SOLICITATION NOTICE

20 -- INDUSTRIAL SUPPLIES

Notice Date
5/31/2011
 
Notice Type
Cancellation
 
NAICS
423830 — Industrial Machinery and Equipment Merchant Wholesalers
 
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-61569
 
Archive Date
6/16/2011
 
Point of Contact
Iris M. Johnson, Phone: 4107626427
 
E-Mail Address
Iris.M.Johnson@uscg.mil
(Iris.M.Johnson@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 HSCG40-11-Q-61568 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 2005-51 DTD effective 02 May 2011. (iv) This solicitation is a 100% small business set aside. The NAICS code for this solicitation is 423830 and the small business standard is 100 employees. U.S. Coast Guard Surface Forces logistics Center intends to award a Firm Fixed Price Contract. (v) The United States Coast Guard Surface Forces Logistics Center has a requirement for the following: ITEM#1: ANCHOR SWIVEL WITH BRONZE THRUST WASHER. 1 ½ DIA ANCHOR Anchor swivels with bronze thrust washer for 1 1/2 dia anchor chain with stud link forged each end; QTY 2/EA ITEM#2: NON HAIRPIN DETACHABLE LINKS FOR 1 3/8 DIA ANCHOR CHAIN Non hairpin detachable links for 1 3/8 dia anchor chain; QTY 6/EA ITEM#3: HAIRPIN DETACHABLE LINKS FOR 1 1/2 DIA ANCHOR CHAIN Hairpin detachable links for 1 1/2 dia anchor chain; QTY 5/EA ITEM#4: PEAR SHAPED DETACHABLE LINKS W/HAIRPIN CONFIGURATION. Pear shaped detachable links w/hairpin configuration for 1 1/2 dia anchor chain; QTY 2/EA **Desired Delivery on or before 05/27/2011** ***IF YOU CAN NOT MEET THE PROPOSED DATE, PLEASE SUBMIT BEST OFFER DATE*** (vi) CONTRACTOR SHALL CONFORM TO THE FOLLOWING PACKAGING, PRESERVATION AND MARKING INSTRUCTIONS: NA (vii) Place of delivery: USCG Surface Forces Logistics Center Receiving Room - BLDG 88 2401 Hawkins Point Road Baltimore, MD 21224 (viii) 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 (Jun 2008). 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, e) Taxpayer ID number, a point of contact and current business phone numbers f) 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). - The award will be made to the lowest priced 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 (Apr 2011) with Alt 1 included are to be submitted with you offers. 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 (Jun 2010) applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Apr 2011). The following clauses listed in 52.212-5 are incorporated: a.52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). Alternate I (AUG 2007) of 52.222-50 (22 U.S.C 7104 (g)). b.52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). c.52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). d. 52.219-6 Notice of Total Small Business Set-Aside (June 2003) e. 52.219-28 Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). f. 52.222-3 Convict labor (June 2003) (E.O. 11755) g. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (July 2010) (EO 13126) h. 52.222-21 Prohibition of Segregated Facilities (FEB 1999) i. 52.222-26 Equal Opportunity (MARCH 2007) (E.O. 11246) j. 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). k. 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010)(29 U.S.C. 793) l. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (SEP 2010) (E.O. 13513). m. 52.225-1, Buy American Act - Supplies (FEB 2009) (41 U.S.C. 10a-10d). n. 52.225-13, Restrictions 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). o. 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). 1. 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. (xiii) See additional document(s) for uploaded documents to support order requirements: Supporting Documentation (xiv) Defense Priorities and Allocations System (DPAS): N/A (xv) QUOTES ARE DUE BY 1:30 PM EST on Wednesday June 1st, 2011; Please email your quotes and questions to Iris.M.Johnson@uscg.mil. (xvi) For information regarding this solicitation contact Iris Johnson at the following e-mail address: Iris.M.Johnson@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-11-Q-61569/listing.html)
 
Place of Performance
Address: USCG SFLC, 2401 HAWKINS POINT ROAD, BALTIMORE, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN02460569-W 20110602/110531234715-e3f79cb32cd4022f5c6e7065cad82687 (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.