SOLICITATION NOTICE
Z -- Hanger Door Mullion Arrestors - Justification for Sole Source
- Notice Date
- 6/12/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332321
— Metal Window and Door Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command Portsmouth, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23704-2199
- ZIP Code
- 23704-2199
- Solicitation Number
- HSCG27-09-Q-5PT460
- Archive Date
- 7/21/2009
- Point of Contact
- Dale Kendrick, Phone: 757-483-8541
- E-Mail Address
-
robert.d.kendrick@uscg.mil
(robert.d.kendrick@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Sole source justification IAW FAR 6.302-1. 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; proposals are being requested and a written solicitation will not be issued. HSCG27-09-Q- 5PT460 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-31. This is an unrestricted procurement; the applicable NAICS number is 332321 and the small business size standard is 500 employees. The FOB Destination delivery is to: USCG Air Station Atlantic City, NJ, on or before: 1AUG2009. Offers are due at: USCG ISC Portsmouth, VA, by the Close of Business on 25JUN2009. Questions may be directed to Mr. Dale Kendrick, telephone 757-483-8541. The USCG AirSta Atlantic City has a requirement to purchase: install four Cardo USA/Mega Door approved mullion safety arrestors. These safety arrestors must stop the fall of a mullion if the primary lifting unit fails. Mullion arrestors will be of size appropriate to characteristics and weight of installed mullions. Arrestors shall work in such a manner as to not have any adverse affect on the doors or mullion’s operation. The arrestor shall be independent of the mullion lifting device but used in conjunction with lifting the device. Arrestors must not void any warranty on currently installed equipment, e.g. Cardo USA/Mega Door retractable aviation hanger doors. The US Coast Guard anticipates this will be a sole source award based on FAR 6.302-1, proprietary engineering information. Award will be made under 52.222-41, Service Contract Act of 1965 (Nov 2007) and Dept of Labor Wage Determination 2005-2345, Rev 9, issued 26MAY2009 shall apply. Company’s quotes should include: (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of 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; (5) Terms of any express warranty; (6) Price, availability and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); (11) If the offer is not submitted on the SF 1449, 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; (12) Company Tax Information Number and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Quotes may be mailed, faxed or emailed. The following FAR provisions/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 (JUN 2008); there are no addenda to this provision. FAR 52.212-2 Evaluation-Commercial Items-Pricing (Jan 1999) is incorporated and the evaluation criteria will be: price and past performance. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Feb 2009) with Alt 1 must be included with your offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2008); there are no addenda to this clause. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Feb 2009). The following clauses listed in 52.212-5 are incorporated: 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); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Sep 2006)(29 U.S.C. 793); 52.222-36 Affirmative Action for Workers with Disabilities(Jun 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Sep 2006)(38 U.S.C. 4212); 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.); 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.); 52.223-15, Energy Efficiency in Energy-Consuming Products (DEC 2007) (42 U.S.C. 8259b); 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Feb 2009); 52.225-5, Trade Agreements (MAR 2009) (19 U.S.C. 2501, et seq., 19 U.S.C. 3301 note); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)(E.O. 12722, 12724,13059, 13067, 13121, and 13129); 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21 U.S.C. 3332); 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels (FEB 2006) (46 U.S.C. Appx. 1241(b) and 10 U.S.C. 2631). The following Homeland Security Acquisition Regulations (HSAR) 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 http://www.dhs.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGISCP/HSCG27-09-Q-5PT460/listing.html)
- Place of Performance
- Address: USCG Air Station Atlantic City, FAA Tech Ctr, Bldg 350, Pomona, New Jersey, 08405, United States
- Zip Code: 08405
- Zip Code: 08405
- Record
- SN01844208-W 20090614/090613000535-69867c9f9d65bbd4bb946942acd14cf0 (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 |