SOLICITATION NOTICE
20 -- Aluminum Honeycomb Joiner Panels
- Notice Date
- 5/10/2007
- Notice Type
- Solicitation Notice
- NAICS
- 337215
— Showcase, Partition, Shelving, and Locker Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore, MD, 21226-5000, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- HSCG40-07-Q-41381
- Response Due
- 5/25/2007
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial purchase prepared in accordance with the format in Subpart 12.6 of the Federal Acquisition Regulations (FAR) as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is HSCG40-07-Q-41381. INTERESTED PARTIES SHALL CONTACT LINDA MANNION AT (410) 762-6475 or Linda.A.Mannion@uscg.mil for THE SPECIFICATION AND DRAWINGS IDENTIFIED BELOW. This combined synopsis constitutes a solicitation and incorporates provisions and clauses are those in effect through Federal Acquisition Circular 2005-16. The NAICS code for this solicitation is 337215 and the small business size standard is 500 employees. The U.S. Coast Guard has a requirement for the following items: ITEM 1, Aluminum Honeycomb Joiner Panel in accordance with U.S. Coast Guard provided Specification. Honeycomb panel facing and laminate configurations shall be in accordance with Paragraph 3.1.1.1. QUANTITY: 10 Each. ITEM 2, Aluminum Honeycomb Joiner Panel in accordance with U.S. Coast Guard provided Specification. Honeycomb panel facing and laminate configurations shall be in accordance with Paragraph 3.1.1.2. QUANTITY: 44 Each. ITEM 3, Aluminum Honeycomb Joiner Panel in accordance with U.S. Coast Guard provided Specification. Honeycomb panel facing and laminate configurations shall be in accordance with Paragraph 3.1.1.3. QUANTITY: 60 Each. ITEM 4, Aluminum Honeycomb Joiner Panel in accordance with U.S. Coast Guard provided Specification. Honeycomb panel facing and laminate configurations shall be in accordance with Paragraph 3.1.1.1. QUANTITY: 10 Each. ITEM 5, Aluminum Honeycomb Joiner Panel in accordance with U.S. Coast Guard provided Specification. Honeycomb panel facing and laminate configurations shall be in accordance with Paragraph 3.1.1.2. QUANTITY: 44 Each. ITEM 6, Aluminum Honeycomb Joiner Panel in accordance with U.S. Coast Guard provided Specification. Honeycomb panel facing and laminate configurations shall be in accordance with Paragraph 3.1.1.3. QUANTITY: 60 Each. Preparation for Delivery: All material shipped to the U.S. Coast Guard, Engineering Logistics Center, Receiving Room, 2401 Hawkins Point Road, Baltimore, MD 21226, on a resulting purchase order, must be accompanied by an itemized packing list securely attached to the outside of the package. Al packing lists shall cite the Purchase Order Number with the package in such a manner as to provide identification. Material shall be paced for shipment in such a manner as to afford adequate protection to the item against corrosion, deterioration, and physical damage during shipment from the supply source to Engineering Logistics Center. Package shall also provide adequate protection for warehouse storage and multiple shipments. All packages shall have the Purchase Order Number, Stock Number and Vendor Name and Part Number clearly marked on the exterior of the package. All deliveries are to be made Monday through Friday between the hours of 7:30 AM and 3:30 PM. Pricing shall be quoted F.o.b. Destination. Delivery shall be made to USCG Engineering Logistics Engineering Center, Receiving Room, Building #88, 2401 Hawkins Point Road, Baltimore, Maryland 21226. Delivery of Items 1 through 3 is required no later than 08/20/07; Delivery of Items 4 through 6 is required no later than 10/17/07. 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 (Sep 2006) and the following addendum: Submission of Offers: Proposals submitted in response to this solicitation may be submitted on company letterhead stationary and must include the following: (1) item name, item number, and unit/total prices; (2) proposed delivery after receipt of order in calendar days; (3) verification that each item shall be individually preserved, packaged, marked, and shipped in accordance with best commercial practices; (4) taxpayer and Dun & Bradstreet (DUNS) number; (5) Contractor?s full name, address, and telephone number, (6) Payment terms, and (7) any discount for prompt payment. Offerors shall also include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Nov 2006) with their offer. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. FAR 52.212-2, Evaluation ? Commercial Items, (JAN 1999) and the following addendum: This is a commercial item acquisition and will be evaluated using procedures in FAR 13.1. Proposals shall be evaluated on price and delivery schedule. Price evaluation will be performed by the Contracting Officer to determine the reasonableness of each proposed price and to determine the Offerors understanding of the work and ability to perform the contract. The delivery schedule is important. Award may be made to other than the low price. The Government reserves the right to make an award without discussions. This requirement will be awarded on an all-or-none basis. FAR 52.212-4, Contract Terms and Conditions-Commercial Items (FEB 2007) and the following Addenda: Address for submission of invoices: U.S. Coast Guard YARD, P.O. Box 4122, Chesapeake, VA 23327-4122; FAR 52.204-6 Data Universal Numbering System (DUNS) Number (Oct 2003); FAR 52.211-14 Notice of Priority Rating for National Defense Use (Sep 1990) DO Rated; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (MAR 2007) to include the following: FAR 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003); 52.222-3 Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2006); 52.222-21 Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998); 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 2006); 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act, ALT I (Jan 2004), (Nov 2006); 52.225-13 Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003); The following are incorporated as addenda: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006); HSAR 3052.242-71 Dissemination of Contract Information (Dec 2003);Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. The closing date and time for receipt of quotations is 2:00 PM on 05/25/07. E-Mail quotes are acceptable and may be sent to Linda.A.Mannion@uscg.mil. Facsimile quotes are acceptable and may be sent to (410) 762-6008. Hand-delivered quotes and/or original, hard copy quotes shall be sent to Commanding Officer, U.S. Coast Guard Engineering Logistics Center, YARD Acquisitions Branch, Bldg. 58, 2nd Floor, Mail Stop 8, 2401 Hawkins Point Road, Baltimore, Maryland 21226-5000. Point of contact for this solicitation is Linda Mannion, (410) 762-6475. SEE NUMBERERD NOTES 1 and 12.
- Record
- SN01291509-W 20070512/070510220539 (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 |