Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 20, 2010 FBO #3252
SOLICITATION NOTICE

91 -- Compressed Bottled Gas - Package #1 - Package #2 - Package #3

Notice Date
10/18/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
454312 — Liquefied Petroleum Gas (Bottled Gas) Dealers
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-11-Q-60042
 
Point of Contact
Brandi M. Giles, Phone: 410-762-6604, Susanna J. Wiedmann, Phone: 410-762-6502
 
E-Mail Address
brandi.m.giles@uscg.mil, Susanna.J.Wiedmann@uscg.mil
(brandi.m.giles@uscg.mil, Susanna.J.Wiedmann@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Price List Statement of Work BPA Terms and Conditions (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 HSCG40-11-Q-60042 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 2005-45 (1 Oct 10). (iv)This procurement is 100% set aside for a small business. The North American Industry Classification System (NAICS) code is 454312 and the business size standard is 50 employees. U.S. Coast Guard Engineering Logistics Center intends to award a single Blanket Purchase Agreement (BPA) for a period not to exceed 5 years, effective 1 Jan 2011. (v) ITEM 0001 - Supply of bottled compressed gases IAW the attached Statement of Work, BPA Terms and Conditions, and price list. 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. (vi) Contractor shall conform to the following packing, 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 (See Statement of Work for specific instructions on marking of cylinders). (vii) Place of delivery is: USCG Engineering Logistics Center, 2401 Hawkins Point Road, Building 78, Baltimore, MD 21226. ATTENTION: Bob Kruger or Mike Virtue. Pricing is to be 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, 6) Validation that they are a small business. (ix) 52.212-2 Evaluation-Commercial Items (Jan 1999). - Technical capability, past performance, and pricing are the 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. Technical capability and past performance are of equal importance. When combined, technical capability and past performance are slightly more important than price. The evaluation and award procedures in FAR 13.106 (2) apply. Technical capability is defined by the following sub-factors: -Delivery lead time (Baltimore, MD and other locations as defined by Delivery locations) -Delivery locations within the United States offered by the Vendor -Volume of Gas (in Cubic Feet) per bottle -Delivery/Pick Up; Vendor will identify if Government Assistance (forklift) is required Past Performance: Vendors will submit a maximum of 3 relevant examples as past performance for similar work within the last 3 years. Vendors MUST provide contact information and POCs for the Government to contact. Price: Vendors will complete the attached price list for all items they can provide. If you will be submitting a variation of the item requested, please include any variations as a separate line item. Please provide a consolidated price and a statement of what the Vendor has included in their consolidated pricing (cost of gas, monthly bottle/cylinder rental (if any), other fees, etc.) (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Oct 2010) with Alt 1 included are to be submitted with your offer. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2010) applies to this acquisition. (xii) 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Oct 2010) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (9) (i) 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). (20) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (21) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). (22) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (23) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (24) 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212). (25) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (26) 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C. 4212). (35) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (40) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332). 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 3:00 PM EST on October 29, 2010. Quotes may be faxed (410) 762-6095 or emailed to brandi.m.giles@uscg.mil. Contractors are responsible for verifying receipt of their quotes. ALL QUESTIONS ARE DUE VIA EMAIL to brandi.m.giles@uscg.mil BY COB 22 Oct 10, 3:00PM CST. (xiv) POC is Brandi M. Giles, Contract Specialist, Contract & Procurement Division 3, 410-762-6604.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-11-Q-60042/listing.html)
 
Place of Performance
Address: 2401 Hawkins Point Rd, Baltimore, Maryland, 21226-5000, United States
Zip Code: 21226-5000
 
Record
SN02312990-W 20101020/101018234156-6b56e20006c8462ed47071ba4cbf8de3 (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.