Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2008 FBO #2405
DOCUMENT

96 -- Lead, Ingots, Ballast, Sz 2 3/4" x 3" - Solicitation

Notice Date
6/25/2008
 
Notice Type
Solicitation
 
NAICS
331491 — Nonferrous Metal (except Copper and Aluminum) Rolling, Drawing, and Extruding
 
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, Maryland, 21226-5000
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-08-Q-41676
 
Archive Date
7/23/2008
 
Point of Contact
Ramona L. Vazquez,, Phone: 410-762-6784, Sharon Byrd,, Phone: 410-762-6491
 
E-Mail Address
Ramona.L.Vazquez@uscg.mil, sharon.l.byrd@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
(i)This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and 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. (ii)Solicitation number HSCG40-08-Q-41675 applies, and is issued as a Request for Quotation. (iii)This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-26. (iv)This procurement is set aside for small business. The North American Industry Classification System (NAICS) code is 331491 and the business size standard is 750 employees. U.S. Coast Guard Engineering Logistics Center intends to award a Firm Fixed Price Contract. (v)ITEM 0001, ACN 9650 01-LG9-1722, Lead, Ingots, Ballast, Size: 2 ¾” x 3” triangular shape X 14” long, Approximately 22 pounds each, I.A.W. Spec. QQ-L-171. NOTE: Deliveries shall be on pallets not to exceed 5000 lbs. Quantity: 1710 EA, DESIRED DELIVERY DATE 8/22/08; Failure to follow the packaging instructions may result in your company being charged money by the USCG to cover the costs of repackaging the items purchased in this purchase order. Your company may also be charged shipping costs to cover the cost of returning the material to your company for repackaging. Please pay close attention to the desired delivery dates for each item. If you can not meet the delivery date please provide new dates. (vi)CONTRACTOR SHALL CONFORM TO THE FOLLOWIING PACKAGAGING, PRESERVATION AND MARKING INSTRUCTIONS. PACKAGING: Standard commercial packaging is acceptable. Commercial packaging shall be defined as the way items are packaged, sold, and shipped to the public over the counter commercially. Packaging shall provide protection of the material for up to 1 year in a warehouse facility. Multiple handling for distribution of material shall not require additional packaging for shipment from warehouse facility. MARKINGS: In clear printed lettering for EACH ITEM as defined by its unit package quantity (ie: paper box, plastic bag, etc.) shall be individually marked or labeled with the following: Nomenclature Coast Guard 13 Digit Stock No. consist of xxxx-xx-xxx-xxxx MFG Part No. Cage Code (if known) Purchase Order/Contract No. (vii)Place of delivery is: USCG Engineering Logistics Center, 2401 Hawkins Point Road, Building 88 – Receiving, Baltimore, MD 21226. (viii)Please quote prices FOB Destination. (ix)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 (Apr 2008). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company’s complete mailing and remittance addresses 2) discounts for prompt payment if applicable 3) cage code 4) Dun & Bradstreet number 5) Taxpayer ID number 6) Price and delivery information 7) One (1) relevant past performance reference including point of contact and telephone number. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (x)52.212-2 Evaluation-Commercial Items (Jan 1999). - Delivery, pricing consideration and past performance are evaluation factors. Submit POC name, current phone number and contract number for past performance. This is a commercial item acquisition. Award may be made to other than the lowest price. Award will be a best value decision. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the best value. The evaluation and award procedures in FAR 13.106 apply. (xi)FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). – Price and delivery are evaluation factors. This is a commercial item acquisition. Award may be made to other than the lowest price. Award will be a best value decision. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the best value. The evaluation and award procedures in FAR 13.106 apply. (xii)FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2008) with Alt 1 included are to be submitted with your offers. (xiii)FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007). applies to this acquisition. The following addendum applies: Address for submission of invoices is U.S. Coast Guard YARD, P.O. Box 4122, Chesapeake, VA 23327-4122. (xiv)FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (May 2008). The following clauses listed in 52.212-5 are incorporated: a. 52.219-6 Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644) b. 52.219-28 Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2)) c. 52.222-3 Convict labor (June 2003) (E.O. 11755) d. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (EO 13126) e. 52.222-26 Equal Opportunity (March 2007)(E.O. 11246) f. 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793) g. 52.222-50 Combating Trafficking in Persons (Aug 2007) h. 52.225-3 Buy American Act – Free Trade Agreements – Israeli Trade Act (Aug 2007) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub. L. 108-77, 108-78, 108-286, and 109-169) i. 52.226-5, Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007)(42 U.S.C. 5150) j. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (July 2006)(21 U.S.C. 3332). k. The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. Copies of HSAR clauses may be obtained electronically at: http://www.dhs.gov/interweb/assetlibrary/DHS_HSAR_DEC_2003.pdf, COMDTINST (Ombudsman) 4200.14 at http://cgweb.comdt.uscg.mil/G-CFP/g- cpm/instruction/AGENCY% 20PROTESTS.HTM. Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. (xv)QUOTES ARE DUE BY 2:00 PM EST on July 8, 2008. Quotes may be faxed (410) 762-6008 or emailed to Ramona.L.Vazquez@uscg.mil. (xvi)POC is Ramona Vazquez, Procurement Agent, 410-762-6784.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=361212e3c2d4e6fd29a95201a82f978c&tab=core&_cview=1)
 
Document(s)
Solicitation
 
File Name: Solicitation HSCG40-08-Q-41676 in MS Word.doc (HSCG40-08-Q-41676.doc)
Link: https://www.fbo.gov//utils/view?id=012a469b7afbbcc531124e7c5eaafec3
Bytes: 44.00 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Place of Performance
Address: USCG Engineering Logistics Center, 2401 Hawkins Point Road, Baltimore, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN01600743-W 20080627/080625220030-361212e3c2d4e6fd29a95201a82f978c (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.