Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 25, 2014 FBO #4626
SOLICITATION NOTICE

99 -- COMMERCIAL LUNCH ROOM FURNITURE - Required Information

Notice Date
7/23/2014
 
Notice Type
Combined Synopsis/Solicitation
 
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-61586
 
Archive Date
8/12/2014
 
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 RFQ for commercial lunch room 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-61586 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, STAINLESS STEEL 2 COMPARTMENT SINK, NOMINAL DIMENSIONS: 72" X 28" X 45" (NOT TO EXCEED 78" L). MUST HAVE BUILT IN BACK SPLASH AND SIDE SPLASH ON EACH SIDE. MUST HAVE SHELF ON EACH SIDE OF SINK BOWL AT SAME LEVEL AS TOP OF BOWL. MUST HAVE ITS OWN LEGS. NOMINAL BOWL DIMENSIONS: 16" X 20" WITH 14" BOWL DEPTH. QUANTITY: 1 EA. Desired Delivery Date: 8/23/2014- please indicate best delivery date_____________. ITEM 0002, SAINLESS STEEL PREP TABLE. NOMINAL DIMENSIONS 102" X 36' X 42". QUANTITY 1 EA. Desired Delivery Date: 8/23/2014-please indicate best delivery date_____________. ITEM 0003, LUNCH TABLE- ROLLAWAY FOLDING TABLE WITH BUILT IN BENCHES NOMINAL DIMENSIONS (TABLE TOP) 96" X 30" X 30" NOMINAL DIMENSIONS (BENCH) 96" X 12" X 17" QUANTITY 1 EA. Desired Delivery Date: 8/23/2014-please indicate best delivery date_____________. ITEM 0004, ROUND FOLDING TABLE, 60" DIAMETER NOMINALLY 30" HIGH, SUITED FOR COMMERICAL LUNCHROOM ENVIRONMENT. QUANTITY 6 EA. Desired Delivery Date: 8/23/2014-please indicate best delivery date_____________. ITEM 0005, STACKABLE PLASTICS CHAIRS, STEEL FRAME-PLASTIC SEAT AND BACK- SUITED FOR COMMERCIAL LUNCH ROOM. QUANTITY 36 EA. Desired Delivery Date: 8/23/2014-please indicate best delivery date_____________. (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. 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). b. 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632 (a)(2)). c. 52.222-3 Convict labor (June 2003) (E.O. 11755) d. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (EO 11755) e. 52.222-21 Prohibition of Segregated Facilities (Feb 1999) f. 52.222-26 Equal Opportunity (March 2007)(E.O. 11246) g. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug. 2011) (E.O. 13513). h. 52.222-50 Combating Trafficking in Persons (Feb. 2009) i. 52.225-1 Buy American Act- Supplies (May 2014) (41 U.S.C. 10a-10d) j. 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). k. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Jul 2013)(31.S.C. 3332). l. 52.233-3 Protest after award (Aug. 1996.) m. 52.233-4 Applicable Law for Breach of Contract Chain (Oct.2004). n. 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 12:00 PM EST on FRI. 7/25/2014. QUOTES ARE DUE BY 4:00pm PM EST on MON. 7/28/2014. 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-61586/listing.html)
 
Record
SN03434918-W 20140725/140723235425-045455d03dce996b0b82a7beff7986cd (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.