Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 27, 2012 FBO #3807
SOLICITATION NOTICE

20 -- Bulkhead Panel, Flush Wall Extrusion, Channel Edge Extrusion & H Post Extrusion Parts - JOTFOC

Notice Date
4/25/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
HSCG40-12-P-10004
 
Archive Date
5/19/2012
 
Point of Contact
Beth A. Farley, Phone: 4107626291
 
E-Mail Address
beth.a.farley@uscg.mil
(beth.a.farley@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
JOTFOC This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-58 (April 2012) 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 NAICS code for this solicitation is 332311 and the Small Business Size Standard is 500. This synopsis/solicitation is issued pursuant to FAR 6.302 and HSAM 3006.302. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13. The United States Coast Guard Surfaces Forces Logistics Center has a requirement and requesting quotations for the following Bulkhead Panel, Flush Wall Extrusion, Channel Edge Extrusion and H Post Extrusion parts: Item 1) NSN: 2040-01-603-3295, Bulkhead Panel Bulkhead Panel, Alum Aluminum Bulkhead Panel, Size - 5/8" x 48" x 96", Fire Rated Decorative Laminate on 1 Side. Mfg Name: Advanced Structures Corporation Part #: SPXC-1000-1000A1 Quantity: 55 ea Delivery on or before: 6/29/2012 Item 2) NSN: 2040-01-603-3262, Bulkhead Panel Bulkhead Panel Cres Faced Aluminum Interior Bulkhead Panel. Size - 5/8" x 48" x 96", No Decorative Laminate Mfg Name: Advanced Structures Corporation Part #: SPXC-1000-1000C Quantity: 31 ea Delivery on or before: 6/29/2012 Item 3) NSN: 2040-01-603-2757, Bulkhead Panel Interior Aluminum Bulkhead Panel. Size - 5/8" x 48" x 96", No Decorative Laminate Mfg Name: Advanced Structures Corporation Part #: SPXC-1000-1000A Quantity: 10 ea Delivery on or before: 6/29/2012 Item 4) NSN: 2040-01-603-2814, Bulkhead Panel Bulkhead Panel-Laminate, Interior Cres Faced Aluminum Bulkhead Panel. Size - 5/8" x 48" x 96", Fire Rated Decorative Laminate on 1 Side. Mfg Name: Advanced Structures Corporation Part #: SPXC-1000-1000C1 Quantity: 15 ea Delivery on or before: 6/29/2012 Item 5) NSN: 2040-01-603-3301, Bulkhead Panel Bulkhead Panel, Laminate Interior Aluminum Bulkhead Panel. Size - 5/8" x 48" x 96", Fire Rated Decorative Laminate on Both Sides. Mfg Name: Advanced Structures Corporation Part #: SPXC-1000-1000A2 Quantity: 61 ea Delivery on or before: 6/29/2012 Item 6) NSN: 2040-01-603-2738, Flush Wall Extrusions Interior Flush Wall Extrusion. Mfg Name: Advanced Structures Corporation Part #: SPXC-1003-1005-1 Quantity: 46 ea Delivery on or before: 6/29/2012 Item 7) NSN: 2040-01-603-2798, Channel Edge Extrusion Channel Edge Extrusion for Interior Bulkhead Panels. Mfg Name: Advanced Structures Corporation Part #: SPXC-1007-1030 Quantity: 30 ea Delivery on or before: 6/29/2012 Item 8) NSN: 2040-01-603-2731, H Post Extrusion H Post Extrusion for Interior Bulkhead Panels. Mfg Name: Advanced Structures Corporation Part #: SPXC-1007-1037 Quantity: 46 ea Delivery on or before: 6/29/2012 The items are components used on the US Coast Guard 110' WPB Coastal Patrol Boat Interior Spaces Bulkheads. Substitute part numbers are NOT acceptable. All items will be individually packaged to provide adequate protection during multiple shipments and warehouse storage, and bar-coded in accordance with SP-PP&M-001 REV D. Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, Baltimore MD. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. Substitute parts are not acceptable. It is anticipated that a non-competitive sole source purchase order shall be awarded as a result of this synopsis/solicitation. It is the Government's belief that only Advanced Structures Corporation and/or their authorized distributors can obtain the required technical and engineering data, and genuine OEM parts, required to successfully provide these items. 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. The closing date and time for receipt of quote is May 4, 2012, at 2 p.m. Eastern Standard Time. The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (Feb 2012); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (April 2012) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. The Offeror shall supply at least three (3) contracts completed during the past three years or currently in process for the same services as are being solicited under this solicitation. Contracts listed may include those entered into by the Federal Government, agencies of the state and local governments, foreign governments, and commercial customers. The Offeror shall provide include past performance information for any major subcontractor and must be relevant to the scope of work they may perform under the contract resulting from this solicitation. References other than those provided by the Offeror may be contacted by the Government to obtain additional information that shall be used in the evaluation of the offeror's past performance. The Government may waive the submission of past performance information by the offeror if adequate data already exists on file within this office. The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.acquisition.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2012); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (April 2012). The following clauses listed within FAR 52.212-5 are applicable: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Feb 2012) (Pub. L. 110-252); FAR 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632 (a) (2) ); FAR 52.222-3 Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Mar 2012)(E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)(29 U.S.C. 793); FAR 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). FAR 52.225-1, Buy American Act-Supplies (Feb 2009)(41 U.S.C. 10a-10d); FAR 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (June 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286, 109-53 and 109-169); FAR 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); FAR 52.232-33 Payment by Electric Funds Transfer (Oct 2003). FAR 52.246-1 Contractor Inspection Requirements (Apr 1984) The Contractor is responsible for performing or having performed all inspections and tests necessary to substantiate that the supplies or services furnished under this contract conform to contract requirements, including any applicable technical requirements for specified manufacturers' parts. This clause takes precedence over any Government inspection and testing required in the contract's specifications, except for specialized inspections or tests specified to be performed solely by the Government. (End of Clause) 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/COUSCGMLCA/HSCG40-12-P-10004/listing.html)
 
Record
SN02731181-W 20120427/120425235900-6d082c53b0cf56215117083245c99205 (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.