SOLICITATION NOTICE
20 -- PIPE FITTING TOOL KIT
- Notice Date
- 9/15/2008
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332919
— Other Metal Valve and Pipe Fitting 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, Maryland, 21226-5000
- ZIP Code
- 21226-5000
- Solicitation Number
- HSCG40-08-Q-51169
- Archive Date
- 10/1/2008
- Point of Contact
- Paul B. Premoe,, Phone: 4107626078, Susanna J. Wiedmann,, Phone: 410-762-6502
- E-Mail Address
-
paul.b.premoe@uscg.mil, Susanna.J.Wiedmann@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-51169 applies, and is issued as 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 332919 and the business size standard is 500 employees. U.S. Coast Guard Engineering Logistics Center intends to award a Firm Fixed Price Contract. (v) ITEM 0001 - Complete Set of Tools, 1/4" tru 2" for 90/10 fittings below. M/P# MTK-200-2-F/R, NSN# 5180-01-426-3972 or equal, Quantity: 1 EA, DESIRED DELIVERY DATE: December 15, 2008 or ASAP. 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 propose new dates. (vi) CONTRACTOR SHALL CONFORM TO THE FOLLOWING PACKAGING, PRESERVATION AND MARKING INSTRUCTIONS. a. 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. b. MARKINGS: INCLUDE PURCHASE ORDER NUMBER, PACKING SLIP AND INVOICE. (vii) Place of delivery is: USCG Engineering Logistics Center, 2401 Hawkins Point Road, Building 88 – Receiving, Baltimore, MD 21226. ATTENTION: HSCG40-08-P-51160. Please quote prices FOB Destination. (viii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008). 1. Parties responding to this solicitation who believe they can supply an exact match to the items outlined in 0001, 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. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (ix) 52.212-2 Evaluation-Commercial Items (Jan 1999). – Technical acceptability, delivery, and pricing 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. Exact match and delivery is slightly more important than price. The evaluation and award procedures in FAR 13.106 apply. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (June 2008) with Alt 1 included are to be submitted with your offer. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007) applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (June 2008). The following clauses listed in 52.212-5 are incorporated: a. 52.211-6 Brand Name or Equal (August 1999). b. 52.219-6 Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). c. 52.219-28 Post Award Small Business Program Rerepresentation (June 2007)(15 U.S.C. 632(a)(2)). d. 52.222-3 convict Labor (June 2003)(E.O. 11755). e. 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008)(E.O. 13126). f. 52.222-21 Prohibition of Segregated Facilities (Feb 1999). g. 52.222-26 Equal Opportunity (Mar 2007)(E.O. 11246). h. 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793). i. 52.222-50 Combating Trafficking in Persons (Aug 2007). j. 52.225-1 Buy American Act—Supplies (June 2003)(41 U.S.C. 10a-10d). k. 52.226-5 Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007)(42 U.S.C. 5150). l. 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. (xiii) QUOTES ARE DUE BY 1:00 PM EST on September 16, 2008. Quotes may be faxed (410) 762-6080 or emailed to paul.b.premoe@uscg.mil. (xiv) POC is Paul Premoe, USCG Contract Support, 410-762-6078.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=685f61876f961642e0ccb508842ffc56&tab=core&_cview=1)
- Place of Performance
- Address: Deliver to:, 2401 Hawkins Point Road, Building 88, Baltimore, Maryland, 21226, United States
- Zip Code: 21226
- Zip Code: 21226
- Record
- SN01671243-W 20080917/080915222133-685f61876f961642e0ccb508842ffc56 (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 |