Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 11, 2013 FBO #4247
MODIFICATION

10 -- Gun Cylinder for MK75

Notice Date
7/9/2013
 
Notice Type
Modification/Amendment
 
NAICS
332994 — Small Arms, Ordnance, and Ordnance Accessories Manufacturing
 
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
HSCG40-13-Q-60904
 
Archive Date
7/31/2013
 
Point of Contact
Ramona E. Hatfield, Phone: 4107626101, Carolyn Ward, Phone: 410-762-6601
 
E-Mail Address
Ramona.E.Hatfield@uscg.mil, carolyn.ward@uscg.mil
(Ramona.E.Hatfield@uscg.mil, carolyn.ward@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
(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; quotations are being requested and a separate written solicitation will not be issued. (ii) Solicitation number HSCG40-13-Q-60904 applies, and is issued as a Request for Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-66 (01 Apr 2013). (iv) This procurement is 100% set aside for small business concerns. The North American Industry Classification System (NAICS) code is 332994 and the business size standard is 1,000 employees. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. (v) ITEM 0001, NSN 1015-01-074-0726 (Part Numbers Known: 1376-04-176 and 5517834) CYLINDER, GUN, In Accordance With DRAWING No. 5517943 (ATTACHED) USED ON MK 75. See attachment for Drawing. Quantity 15 EA. Estimated Delivery Date is 03/01/2014. If delivery cannot be made in accordance with the government's delivery date, please indicate your best delivery date. ****Failure to follow the packaging instructions may result in your company being charged money by the USCG to cover the costs of repackaging the items purchased in this purchase order. Your company may also be charged shipping costs to cover the cost of returning the material to your company for repackaging. Please pay close attention to the desired delivery dates for each item. If you can not meet the delivery date please provide new dates. **** (vi) CONTRACTOR SHALL CONFORM TO THE FOLLOWIING PACKAGAGING, PRESERVATION AND MARKING INSTRUCTIONS. PACKAGING SPECIFICATIONS: See attached scanned documents for each item and its unique packaging/shipping requirements. Not all items listed in this solicitation require the same specifications. Offeror is responsible for viewing the documents for clear comprehension of requirements prior to offer. PRESERVATION REQUIREMENTS: Preservation requirements include packaging that shall protect any finished surface from scratches or damage resulting from contact with internal blocking or bracing or anything inside the shipping container. MARKINGS: In clear printed lettering (English) 1" min high, for each item as defined by its unit package quantity shall be individually marked with the following: Nomenclature, 13 digit Coast Guard Stock No. xxxx-xx-xxx-xxxx, MFG Part No., CAGE code (if known), Contract No. (issued upon award) and Date. Place of delivery shall be: USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore, MD 21226. (vii) Place of Delivery is: USCG Surface Forces Logistics Center, Receiving Dept Bldg 88, 2401 Hawkins Point Road, Baltimore, MD 21226. **** Please quote prices FOB Destination. **** (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 (Feb 2012). 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. f) Pricing and Delivery Information, g) If NOT registered in System for Award Management (SAM), 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 evaluation and award procedures in FAR 13.106 apply. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the best value. Technical Capability and Delivery Date and Pricing are the evaluation factors, in that order. This is a commercial item acquisition. Award may be made to other than the lowest price. Award will be a best value decision. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Dec 2012) with Alt 1 included are to be submitted with your offers. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2012) applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Jan 2013). The following clauses listed in 52.212-5 are incorporated: a. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). b. 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). (ii) Alternate I (Oct 1995) of 52.219-6. (iii) Alternate II (March 2004) of 52.219-6. c. 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2012) (15 U.S.C. 632 (a)(2)). d. 52.222-3 Convict labor (June 2003) (E.O. 11755) e. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (EO 11755) f. 52.222-21 Prohibition of Segregated Facilities (Feb 1999) g. 52.222-26 Equal Opportunity (March 2007)(E.O. 11246) h. 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). i. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). j. 52.222-50 Combating Trafficking in Persons (Feb. 2009) k. 52.225-3, Buy American Act-Free Trade Agreements- Israeli Trade Act (Jun 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182- Pub. L. 108-77, 108-78, 108-286, 108-301, 109-53, 109-169, 109-283, and 110-138, 112-41, 112-42 and 112-43). l. 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). m. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(31.S.C. 3332). n. 52.233-3 Protest after award (Aug. 1996.) o. 52.233-4 Applicable Law for Breach of Contract Chain (Oct.2004). (xiii) See required documents for scanned copies of each item requested. (xiv) Defense Priorities and Allocations System (DPAS): N/A (xv) QUESTIONS ARE DUE NLT 1:00 PM EST ON 06/27/2013. QUOTES ARE DUE COB AT 4:00 PM EST ON 07/16/2013. Quotes may be emailed to Ramona.E.Hatfield@uscg.mil or faxed (410) 762-6008. (xvi) POC is Ramona Hatfield, Procurement Agent, 410-762-6101. Secondary POC is Carolyn Ward, Procurement Agent, 410-762-6601.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-13-Q-60904/listing.html)
 
Record
SN03111646-W 20130711/130709235736-e1abe582d29bae1687f7b1cbfa6ba2ab (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.