Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2017 FBO #5537
SOLICITATION NOTICE

20 -- Marine Rudder - drawings

Notice Date
1/18/2017
 
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), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-17-Q-5AS029
 
Archive Date
2/11/2017
 
Point of Contact
Cynthia A Matthews, Phone: 410-762-6509
 
E-Mail Address
cynthia.a.matthews@uscg.mil
(cynthia.a.matthews@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Specifications dwg The United States Coast Guard Surface Forces Logistics Center has a requirement and requesting quotations for the manufacturing of the following parts: Item 1) NSN: 2040-01-444-6315, Marine Rudder Dwg No. 47B MLB 562-010 Rev. B and Specification number P-562-0443 Quantity: 4 ea Delivery Schedule - Delivery is required by 04/15/17. Please provide your proposed delivery________ Items used for the 47' MLB. All items shall be manufactured, tested, inspected, individually packed and marked in accordance with Specification P-562-0443 and drawing number 47B MLB 562-010, Rev. B. Inspection and acceptance shall take place at Destination after verification of preservation, Individual packaging and marking requirements and confirmation of no damage during transit. Failure to comply with packaging requirements will result in rejection and nonpayment. Quality Assurance - The Coast Guard reserves the right to verify or have performed any of the inspection set forth herein where such inspection are deemed necessary to assure that supplies and services conform to prescribed requirements. The contractor shall notify the Coast Guard Contracting Officer prior to the schedules commencement of any inspection required by this specification. Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, Baltimore MD. EVALUATION Award shall be made without discussions unless the Contracting Officer determines discussions are necessary. Quotations received in response to this synopsis/solicitation shall be evaluated on a best value basis utilizing the following technical, price and price-related factors: (a) Past Performance (b) Price, including shipping charges (c) Cost of Quality Assurance Inspection(s)-travel related expenses for the Government to provide a Quality Assurance Representative for final test and inspection. Final test and inspection shall be conducted at the contractor's facility, as designated below, that the services will be performed. This price shall be included in the evaluation of quotations. For evaluation purposes only, expenses will be based on one trip lasting one (1) day in duration. Airfare will be based on travel during normal working hours. Destination for Quality Assurance Representative Inspection Visits: Name of Company: ______________________ Address: ______________________ City, State, Zip Code:______________________ Point of Contact: ______________________ Telephone Number _______________________ The Offeror shall supply at least three (3) contracts completed during the past three years or currently in process for the same services as are being solicited under this solicitation. Contracts listed may include those entered into by the Federal Government, agencies of the state and local governments, and commercial customers. References other than those provided by the Offeror may be contacted by the Government, including Government databases, to obtain additional information that shall be used in the evaluation of the offeror's past performance. The Government may waive the submission of past performance information by the offeror if adequate data already exists on file within this office. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-95 (JAN 2017) and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is _336611 and the Small Business Size Standard is _1250. 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 closing date and time for receipt of quote is January 27, 2017_, at _11_ a.m. Eastern Standard Time. The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (Jan 2017); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Dec 2016) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.acquisition.gov ; FAR 52.204-7, Systems for Award Management (Oct 2016); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2017); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2017). The following clauses listed within FAR 52.212-5 are applicable: FAR 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)(15 U.S.C. 632(a)(2); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Oct 2016)(E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (Apr 2015); FAR 52.222-26, Equal Opportunity (Sept 2016)(E.O. 11246); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014)(29 U.S.C. 793); FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Aug 2011); FAR 52.225-3, Buy American Act-Free Trade Agreement (May 2014)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Jul 2013)(31 U.S.C. 3332).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-17-Q-5AS029/listing.html)
 
Record
SN04373728-W 20170120/170118234128-265465da0a481f8c70ea476eb8769bf2 (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.