Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 14, 2016 FBO #5500
SOLICITATION NOTICE

20 -- FABRICATION OF CANVAS ENCLOSURE - ENCLOSURE SOW

Notice Date
12/12/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
 
ZIP Code
94612-5249
 
Solicitation Number
HSCG40-17-P-P30393
 
Point of Contact
STEVEN D. POWELL, Phone: 4107626592
 
E-Mail Address
STEVEN.D.POWELL@USCG.MIL
(STEVEN.D.POWELL@USCG.MIL)
 
Small Business Set-Aside
N/A
 
Description
STATEMENT OF WORK THE USCG SURFACE FORCES LOGISTICS CENTER, SMALL BOAT PRODUCT LINE, HAS A REQUIREMENT TO PROCURE THE SERVICE(S)/ NOTED BELOW. QUOTES MAY BE SUBMITTED BY EMAIL TO STEVEN.D.POWELL@USCG.MIL. This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format outlined FAR Subpart 12.6, FAC 2005-89 (15 AUG 2016) and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. The NAICS code for this solicitation is 336611. This synopsis/solicitation is issued pursuant to FAR 6.203-1 and HSAM 3006.302-1. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.5. The United States Coast Guard Surfaces Forces Logistics Center has a requirement and requesting quotations for the following: ITEM #1) INITIAL FABRICATION OF CANVAS ENCLOSURE FOR 24FT SPECIAL PURPOSE CRAFT, SHALLOW WATER (SPC-SW) THESE CANVAS ENCLOSURES WILL BE USED IN SUPPORT OF THE SURFACE FORCES LOGISTICS CENTER (SFLC) SMALL BOAT PRODUCT LINE IN BALTIMORE, MD. STATEMENT OF WORK ATTACHED TO THIS PACKAGE WITH FURTHER DETAIL ON REQUIREMENT. REQUESTED COMPLETION DATE: REQUEST WORK BE COMPLETED ON ENCLOSURE WITHIN 45 CALENDAR DAYS FROM AWARD OF CONTRACT. FIRST ARTICLE ACCEPTANCE WILL OCCUR AT SURFACE FORCES LOGISTICS CENTER IN BALTIMORE MD. ALL QUOTES WILL BE CONSIDERED IF RECEIVED NLT 16DEC2016 3:00PM EASTERN STANDARD TIME. AWARD WILL BE MADE ON OR AROUND 19DEC2016. All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with System for Award Management (SAM) and shall provide the company Tax Information Number (TIN) with their offer. The following FAR Clauses provisions apply to this solicitation. 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 (Oct. 2015). 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) Provide one (1) relevant past performance reference including name of contractor, point of contact and telephone number. 8) 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. Award will be lowest technically acceptable. 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. 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 (JUL 2016) 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 2015) applies to this acquisition. The following addendum applies: Address for submission of invoices is U.S. Coast Guard Finance Center, 1430A Kristina Way, Chesapeake, VA 23326-3635. (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (JUN 2016). The following clauses listed in 52.212-5 are incorporated: a. 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632 (a) (2)). b. 52.222-3 Convict labor (June 2003) (E.O. 11755) c. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (FEB 2016) (EO 11755) d. 52.222-21, Prohibition of Segregated Facilities (Apr 2015) e. 52.222-26 Equal Opportunity (Apr 2015)(E.O. 11246) f. 52.222-36 Affirmative Action for Workers with Disabilities (Jul 2014)(29 U.S.C. 793) g. 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67) h. 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). i. 52.222-50, Combating Trafficking in Persons (Mar 2015) j. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (EO. 13513) k. 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). l. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Jul 2013)(21 U.S.C. 3332). m. 52.233-3 Protest after award (Aug 1996) n. 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. Title 48: Federal Acquisition Regulations 3052.209-70 Prohibition on contracts with corporate expatriates The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG40-17-P-P30393/listing.html)
 
Record
SN04348928-W 20161214/161212234113-cc5c48b26bd03da1d33e7f479a6ada52 (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.