Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 01, 2009 FBO #2652
SOLICITATION NOTICE

39 -- BLANKET PURCHASE AGREEMENT FOR PALLETS

Notice Date
2/27/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
321920 — Wood Container and Pallet 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
HSCG40-09-Q-6INVT15
 
Archive Date
3/31/2009
 
Point of Contact
Robert Orofino,, Phone: 410-762-6503, Kelly A. Wyatt,, Phone: 410-762-6472
 
E-Mail Address
Robert.R.Orofino@uscg.mil, Kelly.A.Wyatt@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
This is a request for quotation to establish a 5 year Blanket Purchase Agreement (BPA) for pallets as follows: Note: All pallets shall be manufactured to meet federal standard NN-P-71-C 1) USCG/ELC Winged Pallet 48 X 48/40, 2-way single wing pallet with the following characteristics 48” X 48”, stringer class, double face non-reversible, 2 way, multiple use, new manufacture. Price each: (please fill in) Base Year: $ ______________________ Option Year 1: $ ______________________ Option Year 2: $ ______________________ Option Year 3: $ ______________________ Option Year 4: $ ______________________ We anticipate placing up to four BPA calls per year for this item with a quantity of approximately 500 each. 2) USCG/ELC GMA Pallet 48 X 48, 2-way pallet with the following characteristics 48” X 48”, stringer class, double face non-reversible, partial 4 way, multiple use, new manufacture. Price each: (please fill in) Base Year: $ ______________________ Option Year 1: $ ______________________ Option Year 2: $ ______________________ Option Year 3: $ ______________________ Option Year 4: $ ______________________ We anticipate placing up to four BPA calls per year for this item with a quantity of approximately 500 each. Incorporate shipping costs into your unit price (FOB Destination pricing). All pallets will be shipped to the following address: USCG Engineering Logistics Center Receiving Room, Building 88 2401 Hawkins Point Road Baltimore, MD 21226-5000 Attn: SK1 Shelden Burkle, phone 410-762-6304 Delivery is desired 2 weeks from receipt of BPA Call. Please fill in your proposed delivery here_______________. All calls will be on a firm fixed price basis. Please provide pricing for Base Year plus four option years in the schedule listed above. Packing Slip for Deliverables (Delivery Tickets), Contractor shall provide the following information in triplicate. a)Name and Address b)Blanket Purchase Agreement (BPA) Number c)BPA call number d)Date of Call e)Name of individual who placed call f)Itemized list of services provided g)Quantity, unit price and extension h)Delivery date i)Signature of Coast Guard receiving official. The government shall be obligated only to the extent of authorized calls actually placed against this proposed BPA. Individuals authorized to place calls and dollar limitations: (This list can be amended by the contracting officer) Authorized Caller up to $25,000.00 Andrea Brehon Carol Dreszer Derriel Ervin Ashley Fetherman Kathy Fields Cynthia Matthews Robert Orofino Kelly Wyatt Authorized Caller up to $ 3,000.00: Shelden Burkle, SK1 Michael Rose, SKC Terry Trammell, SKCS Invoices shall be submitted for each call to the following address: USCG Finance Center Commercial Invoices P.O. Box 4115 Chesapeake, VA 23327-4115 Point of Contact for invoices: (Please fill in) Company: ___________________________________________________ Address: ___________________________________________________ Contact: ____________________ E-Mail: ______________________ Phone: ______________________ Fax: _________________________ This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-29 & FAC 2005-30 (Jan 2009), and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. This requirement is being synopsized as a full and open competitive acquisition under NAICS code 321920. The Small Business Size Standard is 500. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.5. It is anticipated that a competitive BPA shall be awarded as a result of this synopsis/solicitation. EVALUATION Award shall be made without discussions unless the Contracting Officer determines discussions are necessary. Quotations received in response to this synopsis/solicitation shall be evaluated on a best value basis utilizing the following technical, price and price-related factors: (a) Estimated Price (b) Past performance The following FAR Clause provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (June 2008); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (June 2008) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. The Offeror shall supply at least three (3) contracts completed during the past three years or currently in process for the same services as are being solicited under this solicitation. Contracts listed may include those entered into by the Federal Government, agencies of the state and local governments, foreign governments, and commercial customers. The Offeror shall provide include past performance information for any major subcontractor and must be relevant to the scope of work they may perform under the contract resulting from this solicitation. References other than those provided by the Offeror may be contacted by the Government to obtain additional information that shall be used in the evaluation of the offeror’s past performance. The Government may waive the submission of past performance information by the offeror if adequate data already exists on file within this office. The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2008); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2009). The following clauses listed within FAR 52.212-5 are applicable: 52.219-6, Notice of Total Small Business Set Aside (15 U.S.C. 644); 52.219-28, Post Award Small Business Program representation (Jun 2007)(15 U.S.C. 632(a)(2); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008)(E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793); FAR 52.222-50, Combating Trafficking in Persons (Aug 2007); FAR 52.225-1, Buy American Act-Supplies Jun 2003)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer—Central Contractor Registration (Oct 2003)(31 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: HSAR 3052.209-70, Prohibition on Contracts with Corporate Expatriates (Jun 2006). Copies of HSAR clauses may be obtained electronically at www.dhs.gov. All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with Central Contractor Registration (CCR) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is 03/16/2009, at 5:00 p.m. Eastern Standard Time. NOTICE FOR FILING AGENCY PROTESTS - United States Coast Guard Ombudsman Program It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman:. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the USCG Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman: Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester’s concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency’s goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103. If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted to: Department of Homeland Security, United States Coast Guard (CG-9131), Ombudsman Program for Agency Protests, 1900 Half Street, SW, Room 11-0602, Washington, D. C. 20593-0001, FAX: 202.475.3904. The Ombudsman Hotline telephone number is 202.372.3695.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8d068e5ecdd6896accad6e7ad8e444bf&tab=core&_cview=1)
 
Record
SN01758650-W 20090301/090227215839-8d068e5ecdd6896accad6e7ad8e444bf (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.