Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 05, 2015 FBO #4849
SOLICITATION NOTICE

20 -- CANVAS ENCLOSURE - ADDITIONAL INFORMATION

Notice Date
3/3/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
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
HSCG40-15-Q-50092
 
Point of Contact
Kimberly J Wooters, Phone: 4107626508
 
E-Mail Address
kim.j.wooters@uscg.mil
(kim.j.wooters@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
ADDITIONAL REQUIRED INFORMATION DRAWINGS STATEMENT OF WORK (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 HSCG40-15-Q-50080 applies, and is issued as a Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-79 (Dec. 2014). (iv) This procurement is 100% set-aside for small business concerns. The North American Industry Classification System (NAICS) code is 314999 and the business size standard is 500. The U.S. Coast Guard Surface Forces Logistics Center intends to negotiate and award a Firm Fixed Price Purchase Order. (v) SEE CANVAS ENCLOSURE STATEMENT OF WORK. ITEM 0001: NSN: 2090-01-625-8505 - PORT SIDE FWD CANVAS USED ON 32-TPSB MFG NAME: KING MARINE CANVAS PRODUCTS INC MFG PART NUMBER: TPSB-PFSC QUANTITY: 9 EA. UNIT PRICE: ______________ TOTAL PRICE: ____________ REQUIRED DELIVERY DATE: 4/06/15 ESTIMATED DELIVERY DATE:_________________ ITEM 0002: NSN: 2090-01-625-8521 - STBD SIDE FWD CANVAS MFG NAME: KING MARINE CANVAS PRODUCTS INC MFG PART NUMBER: TPSB-SFSC QUANTITY: 9 EA. UNIT PRICE: ______________ TOTAL PRICE: ____________ REQUIRED DELIVERY DATE: 4/06/15 ESTIMATED DELIVERY DATE:_________________ ITEM 0003: NSN: 2090-01-625-8504 - PORT SIDE AFT CANVAS MFG NAME: KING MARINE CANVAS PRODUCTS INC MFG PART NUMBER: TPSB-PASC QUANTITY: 9 EA. UNIT PRICE: ______________ TOTAL PRICE: ____________ REQUIRED DELIVERY DATE: 4/06/15 ESTIMATED DELIVERY DATE:_________________ ITEM 0004: NSN: 2090-01-625-8511 - STBD SIDE AFT CANVAS MFG NAME: KING MARINE CANVAS PRODUCTS INC MFG PART NUMBER: TPSB-SFAC QUANTITY: 9 EA. UNIT PRICE: ______________ TOTAL PRICE: ____________ REQUIRED DELIVERY DATE: 4/06/15 ESTIMATED DELIVERY DATE:_________________ ITEM 0005: NSN: 2090-01-625-8498 - PORT AFT CANVAS MFG NAME: KING MARINE CANVAS PRODUCTS INC MFG PART NUMBER: TPSB-PAC QUANTITY: 9 EA. UNIT PRICE: ______________ TOTAL PRICE: ____________ REQUIRED DELIVERY DATE: 4/06/15 ESTIMATED DELIVERY DATE:_________________ ITEM 0006: NSN: 2090-01-625-8508 - STBD AFT CANVAS MFG NAME: KING MARINE CANVAS PRODUCTS INC MFG PART NUMBER: TPSB-SAC QUANTITY: 9 EA. UNIT PRICE: ______________ TOTAL PRICE: ____________ REQUIRED DELIVERY DATE: 4/06/15 ESTIMATED DELIVERY DATE:_________________ ITEM 0007: NSN: 2090-01-625-8490 - CENTER AFT CANVAS MFG NAME: KING MARINE CANVAS PRODUCTS INC MFG PART NUMBER: TPSB-CAC QUANTITY: 9 EA. UNIT PRICE: ______________ TOTAL PRICE: ____________ REQUIRED DELIVERY DATE: 4/06/15 ESTIMATED DELIVERY DATE:_________________ ITEM 0008: NSN: 2090-01-625-5760 - PORT SIDE CENTER CANVAS MFG NAME: UNITED STATES COAST GUARD SFLC MFG PART NUMBER: 32TPSB-613-002-PANEL-2P QUANTITY: 9 EA. UNIT PRICE: ______________ TOTAL PRICE: ____________ REQUIRED DELIVERY DATE: 4/06/15 ESTIMATED DELIVERY DATE:_________________ ITEM 0009: NSN: 2090-01-625-5767 - STBD SIDE CENTER CANVAS MFG NAME: UNITED STATES COAST GUARD SFLC MFG PART NUMBER: 32TPSB-613-002-PANEL-2S QUANTITY: 9 EA. UNIT PRICE: ______________ TOTAL PRICE: ____________ REQUIRED DELIVERY DATE: 4/06/15 ESTIMATED DELIVERY DATE:_________________ (vi) 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.**** (vii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.acquisition.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (DEC 2014). 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: 1) company's complete mailing and remittance addresses 2) discounts for prompt payment if applicable 3) cage code 4) Dun & Bradstreet number 5) Taxpayer ID number 6) Price and delivery information 7) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (viii) FAR 52.212-2 Evaluation-Commercial Items (Oct 2014). - The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers: Price, Delivery, and Past Performance. Price is more important than delivery or past performance. The Government reserves the right to do trade-offs. Award may be made to other than the lowest price. Award will be a best value decision. 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. The evaluation and award procedures in FAR 13.106 apply. The U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. (ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2014) with Alt 1 shall be submitted with their offers. The use of ORCA is mandatory as of January 1, 2005. ORCA is available through Business Partner Network (BPN) at http://www.bpn.gov. Contractors will use ORCA to electronically submit annual representations and certifications (REP & CERTS). If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete paragraphs (b) through (k) of provision FAR 52.212-3 which can be obtained electronically at http://www.arnet.gov/far. (x) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 2014) applies to this acquisition. The following addendum applies: Address for submission of invoices is U.S. Coast Guard YARD, P.O. Box 4122, Chesapeake, VA 23327-4122. (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Oct 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) (EO. 13513) h. 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). i. 52.225-1 Buy American Act - Supplies (May 2014) (41 U.S.C. 10a-10d). j. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Jul 2013)(21 U.S.C. 3332). k. 52.233-3 Protest after award (Aug 1996) l. 52.233-4 Applicable Law for Breach of Contract Chain (Oct. 2004). The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. HSAR 3052.242-71 Dissemination of Contract Information (Dec 2003); Copies of HSAR clauses may be obtained electronically at: Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. (xii) Additional contract requirements: If the item(s) required in the contract resulting from this solicitation are customarily warranted in the trade by a standard commercial warranty, such warranty shall be incorporated into this contract and thereby provided to the Government at no additional cost. Any standard commercial warranty provided shall be identical to the standard commercial warranty normally offered by the Contractor to the Contractor's most favored customer. Offerors are requested to state the terms and conditions of their standard commercial warranty or to attach a copy of the warranty terms with their proposal. (xiii) N/A (xiv) Proposals may be faxed to (410) 762-6570 or emailed to Kim.J.Wooters@uscg.mil. (xv) Point of Contact: Kimberly Wooters, Purchasing Agent, Tele. No. 410-762-6508, email address: Kim.J.Wooters@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-15-Q-50092/listing.html)
 
Record
SN03657268-W 20150305/150303234950-f3a5ca2226db3007a095bf0f751cb37c (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.