Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
SOLICITATION NOTICE

20 -- NEW COMPOSITE HAWSE PIPE TYPE CAMELS

Notice Date
9/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
326199 — All Other Plastics Product Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Base Support Unit Boston, 427 Commercial Street, Boston, Massachusetts, 02209-1027, United States
 
ZIP Code
02209-1027
 
Solicitation Number
HSCG24-11-Q-PBA111
 
Archive Date
9/29/2011
 
Point of Contact
Jane H McKenzie, Phone: 617-223-3159
 
E-Mail Address
jane.mckenzie@uscg.mil
(jane.mckenzie@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. HSCG27-11-Q-PBA111 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-53. This solicitation is issued on as a 100% Small Business Set Aside; the applicable NAICS number is 326199 and the small business size standard is 500 employees. The FOB Destination delivery is to: USCG BSU Boston, 427 Commercial St., Boston MA 02109 45 days ARO. Offers are due at USCG BSU Boston MA by the Close of Business on September 15, 2011. Questions may be directed to Jane Mckenzie, telephone (617) 223-3159 or email: Jane.Mckenzie@uscg.mill Unit POC for technical questions DCCM Jamey Spurgeon at (617) 223-3273 REPLACE WOOD CAMELS WITH NEW COMPOSITE HAWSE PIPE TYPE CAMELS AT USCG BASE SUPPORT UNIT BOSTON, MA Location of work: Piers 1A, 2A/B, and 3A/B 427 Commercial Street, Boston, MA 02109 Building 14 1. General 1.1 General Description BASE QUOTE: The contractor shall fabricate and deliver two (2) floating marine camels to be used for the protection of ships, harbor craft, wharves, and piers from damage due to vessel maneuvers where vessel-to-pier contact may occur. Along with a bid, the contractor shall provide a detailed drawing/sketch of the marine camel's cross section and side view (including all specified dimensions below) OPTIONAL QUOTE: Provide quote for up to 6 additional camels on a per unit basis. 1.2 Location of Delivery Deliver to U.S. Coast Guard Base Support Unit Boston on 427 Commercial Street, Boston, MA 02109. 1.3 Questions Prior to Bid Technical questions and arrangements can be made by contacting DCCM Jamey Spurgeon at 617-223-3273. 1.4 Offload The Coast Guard will have a crane available to lift the marine camels off the existing flatbed truck. The contractor must ensure that the delivery truck is suitable to allow a 35 ton, Grove Crane to safely offload the marine camels. 1.5 Delivery Coordination All work shall be coordinated by DCCM Jamey Spurgeon. 1.6 Work Hours All other work called for by the specification shall be coordinated during the hours 7:00 to 4:00 pm, Monday thru Friday. Deliveries on Saturday can be coordinated if requested by contractor at a minimum of 2 weeks in advance. 1.7 Identification Delivery personnel are required to have a valid driver's license and provide all required documentation for carrying the shipment. 1.8 Final Inspection and Acceptance The contractor shall be responsible for any damages sustained to the shipment prior to the Coast Guard removing the marine camels from the flatbed truck. 1.9 Warranties The Contractor shall provide all warranties either implied or expressed. A minimum of 1 year shall be required. 2. Specific Requirements 2.1 Composite Camel Reinforced plastic composite marine camel shall be comprised of a single cylindrical outer High Density Polyethylene (HDPE) skin for abrasion resistance and reinforced with polymeric material inside for strength. The void inside, if any, shall be filled with polyurethane foam or suitable equivalent. All material used shall be suitable for the marine environment and resistant to corrosion. The camel shall have a round cross section cut flat on both ends. The camel shall have HDPE end plates seal-welded to each end of the camel. The camel body shall have vertical chain guide assemblies that allow holding chains to pass through, as required to hold the installed camel in position. The plastic composite marine camel shall be manufactured in a continuous process that will result in it having no joints. The plastic composite marine camel shall conform to the design requirements specified herein. 2.2 Dimensions Dimensions for the reinforced plastic marine composite camel shall be as shown below: a. Length: 38 feet +/- 1 foot b. Overall Diameter: 36 inches +/- 1inch c. Straightness (gap, bend or bulge inside while laying on a flat surface) : <0.5inches per 10 feet in length. d. Outer Wall Thickness: 1 1/8 inches +/- 1/8inch e. Freeboard: 18 inches +/- 2 inches under the self weight of the camel. 2.3 Outer Skin The outer skin shall be abrasive resistant HDPE plastic. The plastic shall be mixed with the appropriate colorants (BLACK), UV inhibitors, and antioxidants. 2.4 Chain Guide Assembly Hawse pipe shall be stainless steel (type 316) for corrosion resistance. Assemblies shall consist of a pipe sleeve to allow a standard 3/4 inch galvanized proof coil chain with 7/8 inch end length links to pass through the camel, position and each end of the camel. 2.5 Closed Cell Rigid Foam The void inside the composite marine camel shall be filled with closed cell rigid foam approximately 2 pounds per cubic foot, throughout the entire length of the camel. Company's quotes should include: (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price, availability and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (May 2011), (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; (12) Company Tax Information Number and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Quotes may be mailed, faxed or emailed. Fax is 617-223-3145 The following FAR provisions/clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.acquisition.gov/far/ FAR 52.204-7 Central Contractor Registration (Apr 2008) FAR 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008); there are no addenda to this provision. FAR 52.212-2 Evaluation-Commercial Items-Pricing (Jan 1999) is incorporated and the evaluation criteria will be pricing and delivery. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2011) with Alt 1 must be included with your offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (June 2010); there are no addenda to this clause. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Aug 2011). The following clauses listed in 52.212-5 are incorporated (if any): 52.219-6 Notice of Total Small Business Set Aside (June 2003), 52.222-3 Convict Labor (Jun 2003) (E.O. 11755); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Jul 2010)(E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007)(E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Sep 2010)(29 U.S.C. 793); 52.222-36 Affirmative Action for Workers with Disabilities(Oct 2010); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Sep 2010)(38 U.S.C. 4212); 52.222-50 Combating Trafficking in Persons (Feb 2009);52.223-15 Energy Efficiency in Energy Consuming Products (Dec 2007); 52.223.18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513); 52.225-1 Buy American Act - Supplies (Feb 2009)(41 U.S.C. 10a-10d); 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Jun 2009); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)(E.O. 12722, 12724,13059, 13067, 13121, and 13129); 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21 U.S.C. 3332). Additional FAR clauses incorporated are: FAR 52.215-5 facsimile Proposals (OCT 1997) and FAR 52.204-10 Reporting Executive compensation and First Tier Subcontract Awards (JUL 2010) The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGISCB/HSCG24-11-Q-PBA111/listing.html)
 
Place of Performance
Address: 427 Commercial St, Boston, Massachusetts, 02109, United States
Zip Code: 02109
 
Record
SN02568557-W 20110910/110909001637-bf695bdb1116b914435d073e56c32592 (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.