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, 2014 FBO #4612
MODIFICATION

20 -- MISCELLANEOUS SHIP FURNITURE FOR COAST GUARD CUTTERS - required information

Notice Date
7/9/2014
 
Notice Type
Modification/Amendment
 
NAICS
333999 — All Other Miscellaneous General Purpose Machinery 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
HSCG40-14-Q-61309
 
Archive Date
8/5/2014
 
Point of Contact
Carolyn Ward, Phone: 410-762-6601
 
E-Mail Address
carolyn.ward@uscg.mil
(carolyn.ward@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Ombudsman Drawing S3306-921770 Drawing FL-3306-25 Buships 8044623536 Buships 1644752 Solicitation HSCG40-14-Q-61309 Required information (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 HSCG40-14-Q-61309 applies, and is issued as a Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74 (01 Jul 2014). (iv) This procurement is 100% set aside for small business. The North American Industry Classification System (NAICS) code is 333999 and the business size standard is 500 employees. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. (v) ITEM 0001, ASN: 2090-01-LG0-5247, P/N: DESK FT 4D PED, DESK FLAT TOP, DOUBLE PEDESTAL, 4 DRAWER FILE CABINET, 1 CENTER DRAWER, ALUMINUM, BAKED ENAMEL, FED COLOR 23617, TOP TO BE WILSONART ENGLISH OK# 7885T-6. *THE SHIPPING CONTAINER SHALL BE IAW FED SPEC ASTM-D5118 AND ASTM-D-1974.* QUANTITY: 2 EA. Desired Delivery Date: 12/01/2014- please indicate best delivery date_____________. ITEM 0002, ASN: 2090-01-LG0-5263, P/N: MC-403LH, DESK 43" LONG, SINGLE PEDESTAL, LEFT HAND, COLOR 23617. *THE SHIPPING CONTAINER SHALL BE IAW FED SPEC ASTM-D5118 AND ASTM-D-1974*QUANTITY 4 EA. Desired Delivery Date: 12/01/2014-please indicate best delivery date_____________. ITEM 0003, ASN: 2090-01-LG0-5283, P/N: SFC-B-3D-3, CHAIR, COMPUTER, COLOR BLACK. QUANTITY 2 EA. Desired Delivery Date: 12/01/2014-please indicate best delivery date_____________. ITEM 0004, ASN: 2090-01-LG0-5262, P/N: FL-3306-25, BOOKRACK, TYPE B, STEEL, COLOR 23617, IAW DRAWING FL-3306-25 SHEET 2 AND 45. *THE SHIPPING CONTAINER SHALL BE I.A.W. FED. SPEC ASTM-D5118 AND ASTM-D-1974*. QUANTITY 4 EA. Desired Delivery Date: 12/01/2014-please indicate best delivery date_____________. ITEM 0005, ASN: 2090-01-LG0-5265, P/N: BUSHIP 804-1644752, SEAT, TRANSOM, 72" L X 21" DEEP X 15" HIGH, TYPE 2, PADDED SEAT/BACK NAUGAHYDE, FLAME BOCKER, NEARLY BLACK #PH-64 WITH STORAGE UNDER THE SEAT, FRAME COLOR 23617 IAW BUSHIPS 804-1644752. *THE SHIPPING CONTAINER SHALL BE I.A.W. FED SPEC ASTM-D5118 AND ASTM-D-1974* QUANTITY 1 EA. Desired Delivery Date: 12/01/2014-please indicate best delivery date_____________. ITEM 0006, ASN: 2090-01-LG0-5268, P/N: BUSHIP 804-4623536, TABLE, CONFERENCE/DINING, 27" X 69" 6 MAN, STYLE C, 2 PEDESTAL, TABLE TOP WILSONART ENGLISH OAK# 7885T-6, FINISH FRAME COLOR BALCK IAW BUSHIPS 804-4623536. *THE SHIPING CONTAINER SHALL BE I.A.W. FED SPEC. ASTM-D5118 AND ASTM-D-1974) QUANTITY 1 EA. Desired Delivery Date: 12/01/2014-please indicate best delivery date_____________. ITEM 0007, ASN: 2090-01-LG0-5285, P/N: PH-64 CHAIR, CHAIR, ARM, PADDED, NAUGAHYDE, FLAME BLOCKER, NEARLY BLACK, FRAME COLOR BLACK. QUANTITY 4 EA. Desired Delivery Date: 12/01/2014-please indicate best delivery date_____________. ITEM 0008, ASN: 2090-01-LG0-5260, P/N: 75 KEY TYPE B/FL-3306-25, CABINET, KEY, TYPE B, 75 KEY CAPACITY, STEEL, COLOR 23617 IAW DRAWING FL-3306-25 SHEET 44. QUANTITY 1 EA. Desired Delivery Date: 12/01/2014-please indicate best delivery date_____________. ITEM 0009, ASN: 2090-01-LG0-5287, P/N: S3306-921770, SUB-BASE, 4" STAINLESS STEEL. SERIES 300 IAW NAVSEA DRAWING S3306-921770 USED WITH CLASS 6 SAFE, 7110-01-030-9009. QUANTITY 1 EA. Desired Delivery Date: 12/01/2014-please indicate best delivery date_____________. ITEM 0010, ASN: 2090-01-LG0-5269, P/N: FL-3306-25, BERTH, CPO AND PASSENGER, LEFT HAND, COLOR 23617, ALUMINUM, IAW CG FLEET DRAWING FL-3306-25, SHEET 2,15 AND 52. *THE SHIPPING CONTAINER SHALL BE I.A.W. FED SPEC ASTM-D5118 AND ASTM-D-1974*. QUANTITY 1 EA. Desired Delivery Date: 12/01/2014-please indicate best delivery date_____________. ITEM 0011, ASN: 2090-01-LG0-5270, P/N: FL-3306-25, SUB-BASE, STAINLESS STEEL, FOR CPO AND PASSENER BERTH IAW FL-3306-25 SHEET 2, 15 AND 52 ACN: 2090-01-LG0-5269. QUANTITY 1 EA. Desired Delivery Date: 12/01/2014-please indicate best delivery date_____________. ITEM 0012, ASN: 2090-01-LG0-5288, P/N: SFC# B-3D-3, CHAIR, COMPUTER, NAVY COLOR. QUANTITY 2 EA. Desired Delivery Date: 12/01/2014-please indicate best delivery date_____________. ITEM 0013, ASN: 2090-01-LG0-5264, P/N: FL-3306-25, WARDROBE, 74" H X 32" W X 22" D, 4 LOCKING DRAWERS, ALUMINUM, 2 LOCKING DOORS, CLOTHES ROD, CENTER PARTITION, COLOR 23617 IAW COAST GUARD FLEET DRAWING FL-3306-25 SHEET 2 AND 37 WITHOUT SUB-BASE. * THE SHIPPING CONTAINER SHALL BE I.A.W. FED SPEC ASTM-D5118 AND ASTM-D-1974* QUANTITY 1 EA. Desired Delivery Date: 12/01/2014-please indicate best delivery date_____________. ITEM 0014, ASN: 2090-01-LG3-9870, P/N: FL-3306-25, LOCKER, CPO AND PASSENGER, ALUMINUM, LEFT HAND DOOR, 73" H X 24" W X 22" D, 3 DRAWERS, HAMPER, LOCKABLE COMPARTMENT, CLOTHES ROD, DOOR SUPPLIED WITH A TOWEL BAR, TIE BAR, SHELVES AND MIRROR TO BE CONSTRUCTED I.A.W. FL-3306-25 SHEET 2 AND SHEET 16, COLOR #23617. QUANTITY 1 EA. Desired Delivery Date: 12/01/2014-please indicate best delivery date_____________. ITEM 0015, ASN:2090-01-LG3-9863, P/N: FL-3306-25, LOCKER, CPO AND PASSENGER, RIGHT HAND, 73" H X 24" W X 22" D, 3 DRAWERS, HAMPER, LOCKABLE COMPARTMENT, CLOTHES ROD, DOOR SUPPLIED WITH TOWEL BAR, TIE BAR, SHELVES AND MIRROR, COLOR 23617, IAW CG FLEET DWG FL-3306-25 SHEET 2 AND 16. WITHOUT SUB-BASE. *THE SHIPPING CONTAINER SHALL BE I.A.W. FED SPEC. ASTM-D5118 AND ASTM-D-1974*. QUANTITY 1 EA. Desired Delivery Date: 12/01/2014-please indicate best delivery date_____________. ITEM 0016, ASN:2090-01-LG0-5297, P/N: FL-3306-25, SUB-BASE, 4" TALL, SST, TO PROVIDE A 2 INCH TOE RECESS FOR ITEM 7 2090-01-LG0-5264 WARDROBE. *THE SHIPPING CONTAINER SHALL BE I.A.W. FED SPEC ASTM-D5118 AND ASTM-D-1974*. QUANTITY 1 EA. Desired Delivery Date: 12/01/2014-please indicate best delivery date_____________. ITEM 0017, ASN: 2090-01-LG0-5298, P/N: FL-3306-25, SUB-BASE, 4" TALL, SST TO PROVIDE A 2 INCH TOE RECESS FOR ITEM 14 2090-01-LG3-9870LH LOCKER AND ITEM 15 2090-01-LG3-9863 RH LOCKER. *THE SHIPPING CONTAINER SHALL BE I.A.W. FED SPEC ASTM-D5118 AND ASTM-D-1974*. QUANTITY 2 EA. Desired Delivery Date: 12/01/2014-please indicate best delivery date_____________. ITEM 0018, ASN:2090-01-LG0-5253, P/N: S3306-921770, SUB-BASE, 4", STAINLESS STEEL SERIES 300, 18" WIDE IAW NAVSEA DRAWING S3306-921770 TO BE USED WITH SINGLE UNIT CREW'S LAVATORY WITH CABINET 4510-01-LG0-5250. QUANTITY 1 EA. Desired Delivery Date: 12/01/2014-please indicate best delivery date_____________. ITEM 0019, ASN: 2090-01-LG0-5254, P/N: S3306-921770, SUB-BASE, 4", STAINLESS STEEL SERIES 300, I.A.W NAVSEA DRAWING S3306-921770 TO BE USED WITH CREW TRIPLE UNIT LAVATORY 4510-01-LG0-5251. QUANTITY 1 EA. Desired Delivery Date: 12/01/2014-please indicate best delivery date_____________. ITEM 0020, ASN: 2090-01-LG0-5255, P/N: S3306-921770, SUB-BASE, 4" STAINLESS STEEL SERIES 300, I.A.W. NAVSEA DRAWING S3306-921770 TO BE USED WITH LAVATORY UNIT 24" X 84" ACN: 4510-01-LG0-5252. QUANTITY 3 EA. Desired Delivery Date: 12/01/2014-please indicate best delivery date_____________. **You can find the ASTM's you need in the DHS library at: http://dhsconnect.dhs.gov/org/comp/mgmt/cao/rpm/Pages/LibraryStandardsSpecifications.aspx** PACKAGING SPECIFICATIONS: IAW WITH EACH ITEM (SEE ATTACHED PAPERWORK). MARKING REQUIREMENTS: IAW WITH EACH ITEM (SEE ATTACHED PAPERWORK). (vi) Place of Delivery is: Surface Forces Logistics Center, Receiving room-BLDG. 88, 2401 Hawkins Point Road, Baltimore, MD 21226. **** Please quote prices FOB Destination. **** (vii) 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 (Apr 2014). 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) Offerors shall submit no more than three relevant past performance history including: contract number, point of contact and the contact information. g) Offerors shall agree to the deliver condition that the vendor shall start the performance within 48 hours of notification by the government. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. If any offeror is registered in SAMS (System for Award Management: www.sam.gov), verification by the applicable vendor is needed to evidence that the record is current and valid. (viii) 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 lowest technically acceptable. This is a commercial item acquisition. Award will be lowest technically acceptable. (ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2014) with Alt 1 included are to be submitted with your offers. (x) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 2014) applies to this acquisition. (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (June 2014). The following clauses listed in 52.212-5 are incorporated: a. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub.L. 109-282)(31 U.S.C. 6101 note). b. 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). c. 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (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 (Jan 2014) (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. 52.225-1 Buy American Act- Supplies (May 2014) (41 U.S.C. 10a-10d) 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 (Jul 2013)(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). p. 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/interweb/assetlibrary/DHS_HSAR_DEC_2003.pdf, COMDTINST (Ombudsman) 4200.14 at http://cgweb.comdt.uscg.mil/G-CFP/g-cpm/instruction/AGENCY%20PROTESTS.HTM. Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. (xii) See required documents for scanned copies of each item requested. (xiii) Defense Priorities and Allocations System (DPAS): N/A (xiv) QUESTIONS ARE DUE BY 4:00 PM EST on WED. 7/16/2014. QUOTES ARE DUE BY 4:00pm PM EST on MON. 7/21/2014. Quotes may be faxed (410) 762-6008 or emailed to Carolyn.Ward@uscg.mil (xv) POC is Carolyn Ward, Procurement Agent, 410-762-6601.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-14-Q-61309/listing.html)
 
Record
SN03419196-W 20140711/140710023019-10d3bfcd7cb645787ec02080c1b107c0 (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.