Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 10, 2016 FBO #5496
SOLICITATION NOTICE

55 -- MDO FIR EXTERIOR PLYWOOD - 3L3A38

Notice Date
12/8/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
321211 — Hardwood Veneer and Plywood Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Base Detachment St. Louis, 1222 Spruce Street, 2nd Floor - Room 2102.b, St. Louis, Missouri, 63103-2838, United States
 
ZIP Code
63103-2838
 
Solicitation Number
HSCG2517P3L3A38
 
Archive Date
12/30/2016
 
Point of Contact
Tyler D. Shea, Phone: 3142692369, Patrick S Wells, Phone: 3142692364
 
E-Mail Address
tyler.d.shea@uscg.mil, patrick.s.wells@uscg.mil
(tyler.d.shea@uscg.mil, patrick.s.wells@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Request For Quote This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and no other solicitation documents will be issued. This solicitation is issued as Request for Quotation (RFQ) number HSCG25-17-P-3L3A38. The U.S. Coast Guard Base Detachment St. Louis has a requirement to purchase 365 sheets of 4ft x 8ft x ½ inch MDO Fir. Ext. Plywood, 1 side sign grade, 1 step process utilizing the Simplified Acquisition Procedures. The North American Industry Classification System (NAICS) code is 321211 and the small business size standard is 500 employees. This is Total Small Business Set Aside procurement. The FOB Destination delivery is: U.S. Coast Guard Industrial Production Department, Foot of Arsenal St, Saint Louis, MO 63118-2603, on or before Jan 6th 2017. Delivery Instructions: Deliver by tarped, flatbed trailer or in a box trailer that is safe for a 3000 lb. forklift. TWO (2) work days PRIOR to delivery, please contact Mr. Leonard Raasch, 314-771-6044, ext 2111 or Mr. James Tepen 314-771-6044, ext 2103 to arrange for off-loading the material. Hours of operation for the delivery are M-F: 8 AM - 2 PM excluding Federal Holidays. Companies quoting should include the following: (1) The solicitation RFQ number. (2) The name, address, telephone number, and point of contact of the offeror. (3) Price, availability and any discount terms. We are a Tax Exempt Agency; please do not include Federal or State Taxes in the quoted price. (4) Completed copy of the representations and certifications FAR subpart 52.2(see document titled FAR Clauses attached to this solicitation). (5) Company Tax Information Number and DUNS Number. Vendor must be registered or agree to register with System for Award Management, www.sam.gov, formerly known as Central Contractor Registration, www.ccr,gov before the award can be made. (6) If the offer is not submitted on the SF 18 provided 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; (7) All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Offers are due at Base Detachment St. Louis by 8am (CST) Dec 15th 2016 Responses to this solicitation can either be submitted via e-mail to Tyler.D.Shea@uscg.mil or faxed to the attention of SK3 Tyler Shea (314) 269-2700. Questions may be directed to Tyler Shea (314) 269-2369, tyler.d.shea@uscg.mil Telephone quotes will NOT BE ACCEPTED. CLAUSES (a): The following FAR provisions apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at: https://www.acquisition.gov/far/html/52_200_206.html (1) 52.204-6: Data Universal Numbering Systems (DUNS) Number. (2) 52.204-7: Central Contractor Registration. (3) 52.212-1: Instruction to Offers Commercial Items (JULY 2003); there are no addenda to this provision. (4) 52.212-2: Evaluation-Commercial Items-Pricing (JAN 1999) is incorporated and the evaluation criteria will be based on meeting or exceeding all specifications listed. (5) 52.212-3: Offeror Representations and Certifications-Commercial Items (May 2004) (6) 52.212-4: Contract Terms and Conditions-Commercial Items (Jan 2004); there are no addenda to this clause. (7) 52.212-5: Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (May 2004). The following clauses listed in 52.212-5 are incorporated: 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U. S. 637(d) (2) and (3), 52.222-3 Convict labor (June 2003) (E.O. 11755); 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (29 U.S.C. 793), 52.222-36 Affirmative Action for Workers with Disabilities.52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.225-13, Restrictions on Certain Foreign Purchases (E.O. 12722, 12724,13059, 13067, 13121, and 13129), 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21U.S.C. 3332), and 52.225-1 Buy American Act - Supplies (June 2003) (41 U.S.C. 10a-10d). (b) The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation. Offerors may obtain full text versions of these clauses electronically at: http://farsite.hill.af.mil/reghtml/regs/other/hsar/3052.htm#P-1_0 (1) 3052-209-70: Prohibition on Contracts With Corporate Expatriates (June 2006). (2) 3052-209-72: Organizational Conflict of Interest (June 2006). (3) 3052.217-92: Inspection and manner of doing work (Dec 2003). (4) 3052.217-93: Subcontracts (Dec 2003). (5) 3052.225-70: Requirement for Use of Certain Domestic Commodities (Aug 2009). (6) 3052.242-72: Contracting officer's technical representative (Dec 2003).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGISCSL/HSCG2517P3L3A38/listing.html)
 
Place of Performance
Address: 100 Arsenal St., Saint Louis, Missouri, 63108, United States
Zip Code: 63108
 
Record
SN04346852-W 20161210/161208234306-ae95f1c0c6974393216e6273aa4572f7 (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.