Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2008 FBO #2350
SOLICITATION NOTICE

81 -- Custom Fabricated Storage Container

Notice Date
5/1/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command Seattle, 1519 Alaskan Way, South, Seattle, WA, 98134-1192
 
ZIP Code
98134-1192
 
Solicitation Number
HSCG33-08-Q-63759
 
Point of Contact
Deborah Cefaratti,,
 
E-Mail Address
Deborah.S.Cefaratti@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. Request for Quotation (RFQ) number is HSCG33-08-Q-63759 is assigned for tracking purposes only. The synopsis/solicitation constitutes a request for quotation (RFQ) and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-15. This requirement is being solicited under full and open competition to provide temporary lodging. The NAICS Code is 332999 with a small business size standard of 75 employees. This requirement is for a fixed priced contract. Anticipated award date: May 21st, 2008. Refer questions to Deborah Cefaratti @Deborah.S.Cefaratti@uscg.mil. Quotes to arrive no later than May 17th, 2008, no later than 2:00PM Pacific Time via email. Customer Fabricated Storage Container Qty: 3 Specification for Storage Container: -10 ft long x 8 ft wide x 7 ft interior height, Material to be of Aluminum (10 Gauge), 10” aluminum sides and end panels, 10” aluminum low pitch roof, low pitch roof peak to keep water from pooling on roof, Side sheets are corrugated, solid lap welded, and one piece from floor to top, Double rear doors with heavy duty protected latch mechanism on eight foot side, Every door hinge to be equipped with a grease zirc for lubrication, interior floor and entire walls of body to be overlaid with ¾” plywood, plywood to be painted with KILZ paint on both sides before installation, exterior of container to be acid washed prior to delivery, forklift pockets installed in bottom rail with pockets extending through the base of the container, base designed for contents not to exceed 7500 pounds, Four lift points for picking container with crane on top corners, Aluminum lift points to be 1/2’ of greater in thickness, Lift points to have 7/8” hole to accept ¾” shackle, Lift points to be marked with maximum lift capability, design lifting points on the container to lift a total weight of 3,000 lbs., Ventilation required at the peak of the roof ends covered with expanded aluminum which will keep birds and rodents out. All doors and vents must have tight tolerances to keep rodents outside of container, D-rings or similar system to allow for tie down of container on flat bed truck, drawing to accompany quote -Qty: 3 EA The provision at FAR 52.212-1 Instructions to Offerors-Commercial Items (Nov 2007) applies (with the exception of paragraph f). Quotes must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications- Commercial Items (Nov 2007), with its offer. The clause at FAR 52.212-4, Contract terms and Conditions-Commercial Items (Feb 2007) ADDENDUM to FAR 52.212-4, HSAR Clause 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006) (a) prohibitions. Section 835 of Public Law 107-296, prohibits the Department of Homeland Security from entering into any contract with a foreign incorporated entity after November 25, 2002, which is treated as an inverted domestic corporation as defined in this clause. The Secretary shall waive the prohibition with respect to any specific contract if the Secretary determines that the waiver is required in the interest of homeland security, or to prevent the loss of any jobs in the United States or prevent the Government from incurring any additional costs that otherwise would not occur. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items (Feb 2008) applies to this acquisition. The following Federal Acquisition Regulation (FAR) are applicable: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 prospective contractors are required to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies. FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders Commercial Items Feb 2008) -52.222-3 Convict Labor (Jun 2003) (E.O. 11755) -52.222-19 Child Labor Cooperation with Authorities and Remedies (Feb 2008) (E.O.13126) -52.222-21 Prohibition of Segregated Facilities (Feb 1999) -52.222-26 Equal Opportunity (Mar 2007) (E.O. 11246), -52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793), 52.225-13 Restrictions on Certain Foreign Purchases (Mar 2005) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003)(31 U.S.C. 3332) Quotes may be submitted on company letterhead stationary and must include the following information: Unit Price, Extended Price, Estimated Delivery Date ARO, Payment Terms and discount offered for prompt payment, and must include the required FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2007) of copies can be obtained by calling the Agency or by downloading from the FedBizOps website. The closing date and time of receipt of offers is May 17th, 2008 2:00 PM Pacific Time. Fascimile or Email quotes are acceptable and may be Emailed to Deborah.S.Cefaratti@uscg.mil or faxed to (206) 217-6637.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7e385697d0a601ef9dd01edcfb68505c&tab=core&_cview=1)
 
Place of Performance
Address: US Coast Guard, Thirteenth CG District, 915 Second Avenue, Seattle, Washington, 98174, United States
Zip Code: 98174
 
Record
SN01564550-W 20080503/080501215317-7e385697d0a601ef9dd01edcfb68505c (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.