Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 19, 2011 FBO #3555
SOLICITATION NOTICE

17 -- HYDRAULIC TRIPOD

Notice Date
8/17/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, HU25, HH65, H60J, C130, ESD, IOD, ISD, CASA or ALD, Elizabeth City, North Carolina, 27909-5001, United States
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-11-Q-500060
 
Archive Date
9/10/2011
 
Point of Contact
Linda J. Stulick, Phone: (252)335-6204, Belinda T. Watkins, Phone: 2523356541
 
E-Mail Address
Linda.J.Stulick@uscg.mil, belinda.t.watkins@uscg.mil
(Linda.J.Stulick@uscg.mil, belinda.t.watkins@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Federal Business Opportunities 1. Notice Type: Combined Synopsis/Solicitation 2. Posting Date: 17 August 2011 3. Classification Code: 17-AIRCRAFT LAUNCHING, LANDING & GROUND HANDLING EQUIPMENT 4. Contracting Office Address: USCG Aviation Logistic Center ESD Procurement, Bldg 78 1664 Weeksville Road Elizabeth City, NC 27909 5. Title: Hydraulic Jack 6. Response Date: 26 August 2011 7. Primary Point of Contact: Linda J. Stulick 8. Secondary Point of Contact: Belinda Watkins 9. Solicitation Number: HSCG38-11-Q-500060 DESCRIPTION: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. Solicitation number HSCG38-11-Q-500060 is issued as a request for quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The applicable North American Industry Classification Standard Code is 333923. The small business size standard is 500 employees. This is an unrestricted solicitation as there is no reasonable expectation of obtaining offers from two (2) or more responsible small business concerns. All responsible sources may submit a quotation, which shall be considered by the agency. The government intends to award a responsible contractor who can provide an item that meets the product description herein. PRODUCT DESCRIPTION: Item 1 NSN: 1730-00-516-2019 QTY 3 each P/N 50J25178 Nomenclature: Hydraulic Tripod Jack Delivery on or before Nov 30, 2011 NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. Earlier deliveries are desired and will be accepted. F.O.B. Destination is requested as the F.O.B. point for the Deliverables. All offers will be considered F.O.B. Destination unless F.O.B. origin is specified AND shipping costs are included. Deliver to: USCG Aviation Logistics Center 1664 Weeksville Road Receiving Section, Bldg. 63 Elizabeth City, NC 27909-5001. The following FAR provisions and clauses apply to this RFQ and are incorporated by reference: 52.252-2 Clauses Incorporated by Reference Feb 1998 This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also the full text of the clause may be accessed electronically at Internet address http://acquisition.gov/far/index.html. 52.212-1 Instructions to Offerors - Commercial Items Jun 2008 52.212-2 Evaluation-Commercial Items Jun 2008 The provision at FAR 52.212-2 is not applicable to this solicitation. In lieu of this provision quotes will be evaluated in accordance with the evaluation procedures in FAR 13.106-2. Price The offeror shall provide firm fixed pricing for the requested items. If offeror proposes F.O.B. Origin, the quote must also include estimated shipping costs for each line item. The shipping costs will be used in evalutation of price to arrive at a total cost to the government. Delivery The offeror must include information on lead time and F.O.B. information (DESTINATION) in accordance with the requirements in this solicitation. Offerors that can meet the government's required delivery date will be rated higher than offeror that are unable to deliver on time. Offerors that can delivery sooner than the government's required delivery date will be rated the highest. 52.212-3 Offeror Representations and Certifications-Commercial Items May 2011 X Alternate I of 52.212-3. Apr 2011 An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. (End of Provision) 52.212-4 Contract Terms and Conditions Commercial Items Jun 2010 52.212-5 Contract Terms and Conditions Required to Implement Aug 2011 Statutes or Executive Orders-Commercial Items. (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)). __ Alternate I (Aug 2007) of 52.222-50 (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: (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L. 109-282) (31 U.S.C. 6101note). (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). (11) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). (21) 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632(a)(2)). (24) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (25) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). (26) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (27) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (29) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (36) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513). (37) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). (40) 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (45) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.211-14 Notice of Priority Rating for National Defense, Apr 2008 Emergency Preparedness and Energy Program Use Any contract awarded as a result of this solicitation will be [ ] DX rated order; [X] DO rated order certified for national defense, emergency preparedness, and energy program use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation. [Contracting Officer check appropriate box.] (End of Provision) 52.247-34 F.O.B. Destination Nov 1991 All quotations submitted by responsible sources shall be considered by the Agency, if received timely. Closing date and time for receipt of offers is 26 August 2011 at 3:00 p.m., EST. Anticipated award date is on or about 15 Sept 2011. E-mail quotes and facsimile quotes are acceptable. E-mail quotes may be sent to the primary Point of Contact Linda Stulick @ linda.j.stulick@uscg.mil, 252-335-6204, or Alternate Belinda.T.Watkins@uscg.mil,252-335-6541, PLEASE indicate HSCG38-11-Q-500060 in subject line. Quotes may also be faxed to 252.334-5242, or mailed to the following address. The address for hard copy quotes should be submitted to: USCG Aviation Logistics Center Contracting Officer - HSCG38-11-Q-500060 Engineering Services Division (ESD) Elizabeth City, NC 27909-5001
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-11-Q-500060/listing.html)
 
Place of Performance
Address: USCG Aviation Logisitics Center, 1664 Weeksville Road, Elizabeth City, North Carolina, 27909, United States
Zip Code: 27909
 
Record
SN02538939-W 20110819/110818000402-6810faa9374fe813462d5bd5c8eea33d (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.