Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 14, 2011 FBO #3581
SOLICITATION NOTICE

99 -- DECKING UNDERLAYMENT - OMBUDSMAN NOTICE - JOTFOC

Notice Date
9/12/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238330 — Flooring Contractors
 
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-62120
 
Archive Date
10/1/2011
 
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
N/A
 
Description
JOTFOC OMBUDSMAN NOTICE (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; quotes are being requested and a separate written solicitation will not be issued. (ii) Solicitation number HSCG40-11-Q-62120 applies, and is issued as a Request for Quote (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53, effective 04 Aug, 2011. (iv) It is anticipated that a non-competitive sole source price purchase order shall be awarded as a result of this synopsis/solicitation. This solicitation is not set aside for small business. The North American Industry Classification System (NAICS) code is 238330 for this requirement and the small business standard is $14.0. It is the Government's belief that only Thames Marine Interiors/DBA, The Ascon Products, Co. the Original Equipment Manufacturer (OEM), or their authorized distributors possess the required technical and engineering data, and genuine OEM parts, required to successfully provide this material. Therefore it is the Government's intent to solicit only Thomas Marine Interiors/DBA The Ascon Products, Co. or their authorized distributors. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Concerns that respond to this notice must fully demonstrate their capabilities to supply these parts and services by submitting: (1) Verification that they are an authorized distributor of the OEM; (2) Verification that they can obtain the required part from the OEM. The U.S. Coast Guard Surface Forces Logistics Center (SFLC) intends to award a Firm Fixed Price Purchase Order. (v) The United States Coast Guard Engineering Logistics Center has a requirement for the following items: ITEM NO. 0001: ACN 5610 01 LG4 4503, DECKING, UNDERLAYMENT, PART NO. INSULMIX, QTY: 536 BG. **DESIRED DELIVERY DATE ON OR BEFORE 09/30/11** IF YOU CAN NOT MEET THE PROPOSED DELIVERY DATE, SUBMIT BEST OFFER DATE. (vi) PACKAGING REQUIREMENTS: EACH ITEM MUST BE INDIVIDUALLY PACKAGED IN ACCORDANCE WITH THE COAST GUARD "UNIT OF ISSUE". ACCEPTABLE METHOD OF THE PACKAGE IS COMMERCIAL PACKAGING, DEFINED AS THE WAY ITEMS ARE PACKAGED, SOLD, AND SHIPPED TO THE PUBLIC OVER THE COUNTER PROVIDING IT IS PACKAGED IAW COAST GUARD "UNIT OF ISSUE". QUANTITIES OF SMALLER ITEMS CAN BE IN ONE PACKAGE / CONTAINER PROVIDING MARKING DISPLAYS THE TOTAL QUANTITY AND CG UNIT OF ISSUE. MARKING REQUIREMENTS: ALL PACKAGES, BOXES OR CONTAINERS SHALL BE CLEARLY MARKED / LABELED IN CLEAR LETTERING WITH THE FOLLOWING NOMENCLATURE: COAST GUARD 13 DIGIT STOCK NUMBER, MFG PART NO., CAGE CODE (IF KNOWN), PURCHASE ORDER / CONTRACT NUMBER, UNIT OF ISSUE, QUANTITY AND ANY ADDITIONAL MARKING AS DIRECTED BY PROCUREMENT AGENT. FAILURE TO COMPLY WITH ALL PACKAGING AND MARKING REQUIREMENTS WILL RESULT IN MATERIAL BEING RETURNED AT VENDORS EXPENSE FOR CORRECTION. (vii) PLACE OF DELIVERY: U.S. Coast Guard, Surface Forces Logistics Center, 2401 Hawkins Point Road, Bldg. 88 - Receiving Room, Baltimore, MD 21226. QUOTE PRICES: FOB DESTINATION. PREPARATION FOR DELIVERY: All material shipped to the U.S. Coast Guard Surface Forces Logistics Center, Bldg. 88, Receiving Room, 2401 Hawkins Point Road, Baltimore, MD 21226 on a purchase order must be accompanied by an itemized packing list securely attached to the outside of the package. All packing lists shall cite the Purchase Order Number with the package in such a manner as to provide identification. Material shall be packed for shipment in such a manner as to afford adequate protection to the item against corrosion, deterioration, and physical damage during shipment from the supply source to destination. Package shall also provide adequate protection for warehouse storage and multiple shipments. All shipments shall have the purchase order number, stock number (if applicable) and vendor name and part number clearly marked on the exterior of the package. All deliveries are to be made Monday through Friday between the hours of 7:00 AM and 1:30 PM. GOVERNMENT ACCEPTANCE: Acceptance will be made at destination by a Government representative. Acceptance will be contingent upon the representative's verification of no damage in transit, correctness and completeness of order and contractor's conformance to reservation/packaging, packing and marking requirements. (viii) The following FAR clauses apply to this solicitation. To review the following clauses in full text please go to www.arnet.gov/far and http://www.dhs.gov/dhspublic/interapp/editorial/editorial_0378.xml. FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008). 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: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number and 6) Pricing, and Delivery information,. (7) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (ix) FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). - This is a commercial item acquisition. The evaluation and award procedures in FAR 13.106 apply. The following evaluation factors shall be considered: The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price: The Government will evaluate offers based on best value. Technical Capability: Authorized OEM Distributor. Delivery Time: Delivery time and technical ability is more important than price. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2011) - An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates 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 paragraphs (c) through (o) of this provision 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. The following addendum applies: Address for submission of invoices is U.S. Coast Guard YARD, P.O. Box 4122, Chesapeake, VA 23327-4122. (xii) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Oct 2010) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (2) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (3) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). (4) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (5) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (6) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (7) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (8) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). (9) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010) (E.O. 13496). (10) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (E.O. 13513). (11) 52.225-1, Buy American Act--Supplies (Feb 2009) (41 U.S.C. 10a-10d). (12) 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). (13) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). (xiii) 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. (xiv) See additional documents(s) for uploaded documents to support order requirements: JOTFOC.pdf & Ombudsman.pdf (xv) Quotes are due by September 16th, 2011 @ 1:30 PM EST. Deadline for questions will be September 13th, 2011 @ 1:30 PM EST. Questions and quotes may be emailed to iris.m.johnson@uscg.mil. Contractors are responsible for verifying receipt of quotes. (xvi) POC is Iris Johnson, Purchasing Agent, 410-762-6427.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-11-Q-62120/listing.html)
 
Place of Performance
Address: SFLC/USCG, 2401 HAWKINS POINT ROAD, BALTIMORE, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN02572345-W 20110914/110912235909-a48842481ac336f8f0bb7c2e205e0847 (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.