Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 18, 2016 FBO #5504
SOLICITATION NOTICE

40 -- Welded Steel Buoy Chain and Bridles - Specification No. 377, Rev N

Notice Date
12/16/2016
 
Notice Type
Presolicitation
 
NAICS
332111 — Iron and Steel Forging
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG SILC BSS (Shore Infrastructure Logistics Center Base Support and Services), 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113, United States
 
ZIP Code
23510-9113
 
Solicitation Number
HSCG84-17-R-BB5101
 
Point of Contact
Leslie K. Filipiak, Phone: 7576284110, Dawn J Dabney, Phone: 757-628-4261
 
E-Mail Address
leslie.k.filipiak@uscg.mil, dawn.j.dabney@uscg.mil
(leslie.k.filipiak@uscg.mil, dawn.j.dabney@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Bridle Drawing 121031-F Chain Drawing 121032-H Open Link, Welded Steel Chain and Bridles, Specification No 377, Revision N The U.S. Coast Guard, Shore Infrastructure Logistics Center (SILC), in Norfolk, VA has a requirement for Open-Link, Welded Steel Chain and Bridles for use as mooring aids-to-navigation buoys in the coastal and inland waters of the United States. The contractor shall provide all necessary materials, labor, equipment, facilities, and supervision to fabricate and ship welded steel buoy chain and bridles. All responsible sources may submit a proposal, which shall be considered by this agency. The solicitation will be issued "unrestricted" under Full and Open Competition in accordance with FAR Part 15. The applicable NAICS Code is 332111 and the size standard is 750 employees. One or more of the items under this acquisition is subject to Free Trade Agreements. Section B (Schedule of Supplies and Services) will be divided into two sections based on chain diameter as follows: Section 1: ½" and ¾"` and 1", 1 1/8", and 1 ¼" Section 2: 1 ½", 1 ¾", 1 7/8", 2", 2 1/8", 2 ¼", and all bridle sizes Offerors can choose to submit a proposal for one, or both Schedule B chain and bridle sections. To be considered responsive, an offeror must provide a price for all items within the individual sections. The intended contract vehicle will be an Indefinite Delivery Indefinite Quantity (IDIQ) contract with fixed unit prices with economic price adjustments for steel and diesel; individual delivery orders will be issued pursuant to the IDIQ contract when supplies are required. The period of performance is anticipated to be for a one-year Base Period and 4 one-year Option Periods (not to exceed five years if all options years are exercised by the Government). The performance period of the contract is anticipated to start February 2017. Please note that in order to be eligible for award your company must be registered in the System for Award Management (SAM) database at the SAM Website at http://www.sam.gov. Interested offerors may obtain information on registration and annual confirmation requirements via the SAM database through https://www.acquisition.gov or by phone on (866) 606-8220, or (334) 206-7828 for international callers. Please address all requests for additional information, comments, and questions to Ms. Leslie K. Filipiak, Contract Specialist/CTR, (757) 628-4110, or fax (757) 628-4135. IMPORTANT: The Solicitation will be available on or about December 16, 2016 and will close tentatively scheduled for January 16,2017. Interested parties are hereby notified that this solicitation will be available exclusively on the FedBizOpps website at: https://www.fbo.gov. The solicitation, all attachments and all amendments will be published for viewing and printing from the FedBizOpps website. Interested parties are responsible for monitoring the FedBizOpps website for the solicitation and any amendments to the solicitation. No paper copies of the solicitation and/or amendments will be distributed.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG84-17-R-BB5101/listing.html)
 
Place of Performance
Address: Coastal and inland waters of the United States, United States
 
Record
SN04353628-W 20161218/161216233830-520566b998d31c645f193ce472c1eda1 (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.