Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2014 FBO #4733
SPECIAL NOTICE

80 -- Aircraft Sealing Compund and Paint - J & A

Notice Date
11/7/2014
 
Notice Type
Special Notice
 
NAICS
325510 — Paint and Coating Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, MRS, SRR, MRR, LRS, ESD, IOD, ISD, or ALD, Elizabeth City, North Carolina, 27909-5001, United States
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-15-N-400022
 
Archive Date
11/29/2014
 
Point of Contact
Garth Gobbell, Phone: 2523356607, Karen Spence, Phone: 2523345313
 
E-Mail Address
Garth.C.Gobbell@uscg.mil, karen.e.spence@uscg.mil
(Garth.C.Gobbell@uscg.mil, karen.e.spence@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
J & A This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation as a sole source. A written solicitation will not be issued. This solicitation (HSCG38-15-N-400022) incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-71. The North American Industry Classification System (NAICS) Code is 332812 and the small business size standard is $25 million. This is an unrestricted procurement. The Government intends to award a Firm-Fixed Price purchase order for Aircraft Chemicals and Paints. The USCG intends to negotiate and award on a sole source basis to PRC DeSoto International Inc, 3330 West Town Point Drive Suite F, Kennesaw, Georgia. Cage Code 4Z701. All responsible sources may submit an offer that shall be considered by the agency. The contract will be awarded as a firm fixed price purchase order using Simplified Acquisition Procedures in accordance with Federal Acquisition Regulation (FAR) Part 13. The following schedule items are sought: Aircraft Chemicals and Paints to include: 1. CA9800FCT-2CAG11B, REDUCER, GALLON KIT............QTY 40 GL 2. CA9800FCT-3CAG11B, REDUCER, GALLON KIT.............QTY 25 GL 3. SEALING COMPUND (6 oz), CASE...............................QTY 105 CS P/N: 8030-01-154-9252 4. PRO SEAL 870 C-48 (PINT KIT).....................................QTY 75 KT P/N: 8030-01-395-2729 ****All chemicals and paint must have a shelf life of 80% at the time of delivery to USCG ALC. Award will be made to the offer or proposing the lowest price technically acceptable to the Government. Inspection and Acceptance of material shall be performed by Quality Assurance Representative. Required delivery date is December 15, 2014. F.O.B. Destination shipping terms are preferred. ****The Closing Date for receipt of offers is 14 November 2014 at 11:00 a.m. Eastern Time. The POC for this solicitation is Garth Gobbell, SKC. Contact information is: (252) 335-6607 or garth.c.gobbell@uscg.mil. Questions and requests for information should be submitted in writing by email. E-mail quotations are acceptable and shall be submitted directly to the POC. Alternate POC is Jeremy Aust, SK1, at (252) 335-6135 or Jeremy.J.Aust@uscg.mil. All responsible sources may submit an offer which shall be considered. Contractors must have valid Cage Codes and DUNS Numbers, and be registered in the SAM database. Company's quotes MUST include: (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price, availability and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the Representations and Certifications at FAR 52.212-3 (Aug 2013), (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically) (9) Acknowledgment of Solicitation Amendments (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information) (11) If the offer is not submitted on the SF-1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration (12) Company Tax Information Number and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The following FAR provisions/clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.acquisition.gov/far/ FAR 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) FAR 52.204-7 Systems for Award Management (Jul 2013) FAR 52.204-8 Annual Representations and Certifications (Jan 2014) FAR 52.204-10 Reporting Executive Compensation and First-tier Subcontract Awards (Jul 2013) FAR 52.204-13 Systems for Award Management Maintenance (Jul 2013) FAR 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (Aug 2013) FAR 52.212-1 Instructions to Offerors-Commercial Items (Jul 2013); there are no addenda to this provision. FAR 52.212-2 Evaluation-Commercial Items-Pricing (Jan 1999) is incorporated and the evaluation criteria will be pricing and delivery. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2013) with Alt 1 must be included with your offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Sep 2013); there are no addenda to this clause. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Jan 2014). The following clauses listed in 52.212-5 are incorporated (if any): 52.219-1, Small Business Program Representations (Apr 2012) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011)(15 U.S.C. 644) 52.219-28 Post Award Small Business Program Representation (Jul 2013) 52.222-3 Convict Labor (Jun 2003) (E.O. 11755) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Jan 2014)(E.O. 13126); 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007)(E.O. 11246) 52.222-36 Affirmative Action for Workers with Disabilities(Oct 2010) 52.222-50 Combating Trafficking in Persons (Feb 2009) 52.223-15 Energy Efficiency in Energy Consuming Products (Dec 2007) 52.223.18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) 52.225-1 Buy American Act - Supplies (Feb 2009)(41 U.S.C. 10a-10d) 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Nov 2012) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)(E.O. 12722, 12724,13059, 13067, 13121, and 13129) 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran - Certification (Dec 2012) 52.232-25 Prompt Payment (Jul 2013) 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (Jul 2013) (21 U.S.C. 3332) 52.232-36 Payment by Third Party (Jul 2013) (31 U.S.C. 3332) 52.232-39 Unenforceability of Unauthorized Obligations (Jun 2013) 52.237-11 Accepting and Dispensing of $1 coin (Oct 2008) 52.244-6 Subcontracts for Commercial Items (Jul 2013) 52.249-1 Termination for Convenience of the Government (Fixed Price) (Short Form) (Apr 1984)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-15-N-400022/listing.html)
 
Place of Performance
Address: USCG ALC, 1664 Weeksville, Rd, Bldg 63, Elizabeth City, North Carolina, 27909, United States
Zip Code: 27909
 
Record
SN03569058-W 20141109/141107233817-446dd82320386eddbdc102abd4562530 (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.