Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2007 FBO #2077
SOLICITATION NOTICE

99 -- Engineered 100% Recycled Plastic Lumber

Notice Date
8/2/2007
 
Notice Type
Solicitation Notice
 
NAICS
423310 — Lumber, Plywood, Millwork, and Wood Panel Merchant Wholesalers
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fcp), U.S. Coast Guard Training Center Cape May, Administration Building Room 212A, Cape May, NJ, 08204-5092, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG42-07-Q-QNECB9
 
Response Due
8/21/2007
 
Archive Date
9/5/2007
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION: 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; quotes are being requested and a written solicitation will not be issued. The request for quotation solicitation number is HSCG42-07-Q-QNECB9. North American Industry Classification System (NAICS) code is 423310 and size standard is 100 employees. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-18. This notice is issued by the U.S. Coast Guard Training Center, Cape May, NJ requesting detailed cost proposals from sources capable of providing the commercial item with specified salient features described herein. STRUCTURAL GRADE RECYCLED PLASTIC LUMBER (Material only, no installation required) Engineered 100% recycled plastic lumber to match existing color and material currently installed on Coast Guard pier. This plastic lumber will be used as pier decking for the Coast Guard 210' Cutters. Lumber size shall be 4 inch X 11 1/2 inch X 16 feet. Color shall be GRAY with wood grain, non-skid surface. Estimated quantity needed is 140; however, contractor shall determine actual quantity needed based on an area of coverage of 88' length x 25' width. Product shall be UL protected and non-toxic to the environment. Warranty information shall be provided with all offers. Shipping terms shall be FOB destination and shall be delivered to the following address: 1 Munro Avenue, Central Supply Building #157, USCG Training Center, Cape May, NJ 08204 between the hours of 0800 and 1630 Monday through Friday and shall be coordinated with the designated technical representative. Notice of intent to deliver shall be given 48 hours in advance of delivery to Mr. Gary Myers (609)898-6955. Inspection & Acceptance will be conducted at the destination. The required delivery date is 45 days after notice of award or earlier. The award will be a firm, fixed-price order and will be awarded utilizing Simplified Acquisition Procedures. The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar sale, provided such warranty is available at no additional cost to the government. If a change occurs in this requirement, only those offerors that respond to this announcement within the required timeframe will be provided any changes/amendments and considered for future discussions and/or award. The government will award an order resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation that will be most advantageous to the government, price and other factors considered. The government reserves the right to evaluate technical compliance/conformance with specifications as indicated and make a best value decision. This could result in award to other than the lowest price offer. All responsible sources may submit an offer which will be considered by the agency. All potential sources must obtain a DUNS number and register in the Central Contractor Registration (CCR) in order to transact business with the United States Coast Guard. Failure to obtain a DUNS number and register in the CCR may result in the delay of award of a contract or possible award to the next otherwise successful offeror who is registered in the CCR at the time of award. All written proposals along with the required completed clauses/provisions and information requested herein must be submitted and received at this office on or before August 21, 2007 at 3:00 PM eastern time. Send all written proposals to the following address: Contracting Officer, U.S. Coast Guard Training Center, Administration Bldg Room 212A, Cape May, NJ 08204-5095, Attn: Shirley Green. Quotes may also be submitted via e-mail to Shirley.L.Green@uscg.mil . Facsimile proposals will not be accepted. Please direct all technical questions regarding this procurement to Mr. Gary Myers at (609) 898-6955 or Gary.T.Myers@uscg.mil . Magnitude of the procurement is BETWEEN $25,000.00 and $100,000.00. This is NOT a sealed bid advertisement, and proposals will NOT be publicly opened. ************************************************************************** Quotes shall be submitted on company letterhead stationary and as a minimum, offers must provide the following items: **The solicitation number; **The time specified in the solicitation for receipt of offers; **Company Name; **Company Address, Points of Contact, Phone numbers and E-mail addresses; **'Remit to' address, if different than mailing address; **Nomenclature; **Part Number; **Unit Price ; **Extended Price ; **FOB Destination; **Any discount points for prompt payment; **Business Size standard and minority classification; **Commercial and Government Entity (CAGE) code; **DUNS number; **Tax ID number (TIN); **CCR registration status; ** A statement stating whether the contractor will or will not accept payment by government purchase card (Visa) after delivery, inspection, acceptance of materials by the government; **Terms of any express warranty; **A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(k) for those representations and certifications that the offeror shall complete electronically); **A technical description of all the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; **Past performance information shall include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contacts with telephone number and other relevant information). Offerors shall furnish this information for at least three contracts, ongoing or completed within the last three years, for like or similar services held with the U.S. Coast Guard, other Government agencies or private industries; **Acknowledgment of Solicitation Amendments; **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. **Only new items may be utilized to meet this requirement. The Contractor will furnish a Certificate of Conformance in accordance with Federal Acquisition Regulation (FAR) Clause 52.246-15. The Certificate of Conformance shall be submitted in the format specified in the clause. See attached for additional provisions /clauses applicable to this solicitation.
 
Place of Performance
Address: 1 Munro Avenue,, , Central Supply Building #157,, , Cape May, New Jersey
Zip Code: 08204
Country: UNITED STATES
 
Record
SN01360042-W 20070804/070802220653 (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.