SOLICITATION NOTICE
35 -- PLURAL COMPONET SPRAYER SYSTEM - ATTACHED DOCUMENTS TO ACCOMPANY SOLICITATION
- Notice Date
- 9/25/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333912
— Air and Gas Compressor 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
- HSCG40-10-Q-40086
- Archive Date
- 10/20/2009
- 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
(Ramona.L.Vazquez@uscg.mil, sharon.l.byrd@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Offeror MUST view and print solicitation to see Required notice & delivery information as well as the single description of item requirements in order to wirte bid on sheet to submit with quote. THIS IS A REQUIREMENT OF THE SOLICIATION. (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 HSCG40-10-Q-40086 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 2005-36. (iv)This procurement is set aside for small business. The North American Industry Classification System (NAICS) code is 333912 and the business size standard is 100 employees. U.S. Coast Guard Engineering Logistics Center intends to award a Firm Fixed Price Contract. (v)ITEM 0001, WIWA or Equal plural component sprayer system needed. WIWA model DUO-MIX 230 or EQUAL PLURAL COMPONET SPRAYER: The vender is to supply a WIWA Duo-Mix 230 or equal plural component airless sprayer with the optional hoppers and heaters. The unit must have two material lines and two spray guns. The spray unit must be assembled and be ready for use. The unit must have the three wheel cart for mobility. The following specifications must be met: (1) pressure ratio 48:1, (2) Mixing ration 3,96:1, (3) displacement per cycle 120,5 ccm, (4) max. air inlet pressure 8 bar, (5) max working pressure 384 bar, (6) 2-3 dia fluid hoses at 50 foot, (7) 2-spray guns, (8) 50 foot ground cable, (9) gages, regulators, and filters. - Quantity 1 EA, DESIRED DELIVERY DATE on or before 10/31/09. ****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. **** CONTRACTOR SHALL CONFORM TO THE FOLLOWIING PACKAGAGING, PRESERVATION AND MARKING INSTRUCTIONS. PACKAGING SPECIFICATIONS: See attached document for Preparation for Delivery. Attached documentation is included in this solicitation and must be viewed and considered part of the formal request. PRESERVATION REQUIREMENTS: Preservation requirements include packaging that shall protect any finished surface from scratches or damage resulting from contact with internal blocking or bracing or anything inside the shipping container. MARKINGS: In clear printed lettering (English) 1” min high, for each item as defined by its unit package quantity shall be individually marked with the following: Nomenclature, 13 digit Coast Guard Stock No. xxxx-xx-xxx-xxxx, MFG Part No., CAGE code (if known), Contract No. (issued upon award) and Date. Place of delivery shall be: USCG Engineering Logistics Center, 2401 Hawkins Point Road, Baltimore, MD 21226. (vi)Place of delivery is: USCG Engineering Logistics Center, 2401 Hawkins Point Road, Building 88 – Receiving, Baltimore, MD 21226. **** Please quote prices FOB Destination. **** (vii)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 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: a) company’s complete mailing and remittance addresses, b) discounts for prompt payment if applicable c) cage code, d) Dun & Bradstreet number (DUNS), e) Taxpayer ID number. f) Offerors shall submit price and delivery information for all items. A recent past performance including: contract number, point of contact and current phone numbers. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (viii)52.212-2 Evaluation-Commercial Items (Jan 1999). – Delivery and pricing are evaluation factors that carry the highest value. This is a commercial item acquisition. Award may be made to other than the lowest price. Award will be a best value decision with quickest delivery for most exact products being most important. 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. Offeror MUST include in their offer a copy of the two page Description of Items or Services showing the bid prices being offered. This is to ensure accurate price per each item as described in the qty as requested. The Offeror MUST view and print a copy of the solicitation as it appears in the attached documents to the solicitation as posted on the FedBizOpps Website to ensure complete knowledge and understanding of the solicitation with terms and conditions. The evaluation and award procedures in FAR 13.106 apply. (ix)FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Aug 2009) with Alt 1 included are to be submitted with your offers. (x)FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009) applies to this acquisition. (xi)FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Sept 2009). 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 (Apr 2009) (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 (Aug 2009) (EO 11755) e.52.222-21 Prohibition of Segregated Facilities (Feb 1999) f.52.222-26 Equal Opportunity (March 2007)(E.O. 11246) g.52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793) h.52.222-50 Combating Trafficking in Persons (Aug 2007) i.52.225-1 Buy American Act—Supplies (Feb 2009)(41U.S.C. 10a-10d.) j.52.225-3 Buy American Act – Free Trade Agreements – Israeli Trade Act (June 2009) (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). k.52.226-4 Notice of Disater or Emergency Area Set-Aside (Nov 2007)(42 U.S.C. 5150). l.52.226-5 Restrictions on Subcontracting Outside Disaster or Emergency Area (Nov 2007) (42 U.S.C. 5150). m.52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(31.S.C. 3332). n.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. (xii)See additional document(s) for scanned copies of each item(s) requested. (xiii)Defense Priorities and Allocations System (DPAS): N/A (xiv)QUOTES ARE DUE BY 12:00 PM EST on October 05, 2009. Quotes may be faxed (410) 762-6008 or emailed to Ramona.L.Vazquez@uscg.mil. (xv)POC is Ramona Vazquez, Procurement Agent, 410-762-6784.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-10-Q-40086/listing.html)
- Place of Performance
- Address: US COAST GUARD, ENGINEERING LOGISTICS CENTER, RECEIVING, BLDG 88, 2401 HAWKINS POINT ROAD, BALTIMORE, Maryland, 21226, United States
- Zip Code: 21226
- Zip Code: 21226
- Record
- SN01970559-W 20090927/090926001053-33b5cf4f6fc4ffef56f42331f0833837 (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 |