MODIFICATION
99 -- MISCELLANEOUS METALS/NUTS TO COAST GUARD SHIPS
- Notice Date
- 7/9/2012
- Notice Type
- Modification/Amendment
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product Manufacturing
- 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
- HSCG40-12-Q-61058
- Archive Date
- 7/27/2012
- Point of Contact
- Carolyn Ward, Phone: 410-762-6601, CWO Petersen, Phone: 410-762-6516
- E-Mail Address
-
carolyn.ward@uscg.mil, Bryan.D.Petersen@uscg.mil
(carolyn.ward@uscg.mil, Bryan.D.Petersen@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- (i) This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. (ii) Solicitation number HSCG40-12-Q-61058 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 2005-58 (18 May 2012). (iv) This procurement is 100% set-aside for small business concerns. The North American Industry Classification System (NAICS) code is 332999 and the business size standard is 500 employees. U.S. Coast Guard Engineering Logistics Center intends to award a Firm Fixed Price Contract. (v) ITEM 1, ACN: 9510-01-LG8-8035, Part Number: S040102HS X23FT, Shafting, 4.500" DIA. X 23 FT. LG. Blanks minimum, aquamet 22, similar to ASTM A276, Type XM19, UNS S20910, Centerless ground and polished, class "C" surface preparation or equal. Diameter tolerances to be plus.005"/ minus.001". Total indicator reading for straightness shall not exceed.0075". Tolerance for overall length minus.000 plus ½" each bar shall be numbered on ends sequentially either by stamp or liquid paint. Certificates: shown as separate line items on P.O. will be material certificates for mechanical properties and chemical analysis and also a shaft inspection report showing actual indicator readings taken from each shaft blank. INSPECTION PROCESS: BLANKS SHALL BE PLACED ON STEADY RESTS (ROLLERS) SET AT NOT MORE THAN 24" FROM EACH END. INDICATOR READINGS SHALL BE TAKEN AT EACH END AND AT 12" INTERVALS THROUGH THE LENGTH OF EACH BAR. MAXIMUM TOTAL INDICATOR RUNOUT SHALL NOT EXCEED.0075" Quantity 6 EA. Desired Delivery Date 08/01/2012. If delivery cannot be made in accordance with the Government's delivery schedule, please indicate your best expedited delivery schedule. ITEM 2, ACN: 5310-01-LG8-8814, Part Number: R0301410000E, 3 ¼" Full Propeller Nut, Nut, 3 ¼" - 4 UNC-3B, Propeller, Hex, 3 ¾" thick, heavy, full, 5" across flat, aluminum bronze ASTM B505 alloy CDA C95300. Quantity 6 EA. Desired Delivery Date 08/01/2012. If delivery cannot be made in accordance with the Government's delivery schedule, please indicate your best expedited delivery schedule. ITEM 3, ACN: 5310-01-LG8-8816, Part Number: J03010410000E, 3 ¼" Jam Propeller Nut, Nut, 3 ¼" - 4 UNC-3B, Jam, Propeller, 1 7/8" Thick, Heavy Hex, 5" across flat, aluminum bronze ASTM B505 Alloy CDA C95300. Quantity 6 EA, Desired Delivery Date 08/01/2012. If delivery cannot be made in accordance with the Government's delivery schedule, please indicate your best expedited delivery schedule. ITEM 4, ACN: 9510-01-LG8-8036, Part Number: S040102HS X 16FT, SST Round, 4 ½" DIA. X 16 FT LG. Minimum, aquamet 22HS, similar to ASTM A276, Type XM19, UNS S20910, turn ground and polished, class "C" surface preparation or equal. Diameter tolerances to be plus.005" / minus.001". Total indicator reading for straightness shall not exceed.015". Tolernace for overall length minus.000" Plus ½". End Use: Manufacture boat rudder stocks per ship. Note: Need two 16 FT lengths per ship.Quantity 6 EA, Desired Delivery Date 08/01/2012. If delivery cannot be made in accordance with the Governement's delivery shcedule, please indicate your best expedited delivery schedule. ****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. **** (vi) CONTRACTOR SHALL CONFORM TO THE FOLLOWIING PACKAGAGING, PRESERVATION AND MARKING INSTRUCTIONS. PACKAGING SPECIFICATIONS: See attached scanned documents for each item and its unique packaging/shipping requirements. Not all items listed in this solicitation require the same specifications. Offeror is responsible for viewing the documents for clear comprehension of requirements prior to offer. 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 Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore, MD 21226. (vii) Place of delivery is: USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Building 88 - Receiving, Baltimore, MD 21226. **** Please quote prices 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 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, 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 home numbers. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (ix) 52.212-2 Evaluation-Commercial Items (Jan 1999). -The evaluation and award procedures in FAR 13.106- 2 apply. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: technical capability of the item offered to meet Government requirement, price and past performance. The award will be made on an ‘all or none basis' and lowest technically acceptable price. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Apr 2012) with Alt 1 included are to be submitted with your offers. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2012) applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (May 2012). 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 (Jul 2010) (EO 13126) 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 (Oct 2010)(29 U.S.C. 793) h. 52.222-50 Combating Trafficking in Persons (Feb. 2009) i. 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (E.O. 13513). j. 52.225-3 Buy American Act - Free Trade Agreements- Israeli Trade Act (Jun 2009) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, Pub. L. 108-77, 108-78, 108-286, 108-301, 109-53, 109-169, 109-283, and 110-138). k. 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assests Control of the Department of the Treasury). l. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(31.S.C. 3332). m. 52.333-3 Protest after award (Aug 1996) n. 52.333-4 Applicable Law for Breach of Contract Chain (Oct. 2004). o. 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) See required documents for scanned copies of each item requested. (xiv) Defense Priorities and Allocations System (DPAS): N/A (xv) QUESTIONS ARE DUE BY COB on TUES. JULY 10, 2012 @ 4pm EST. QUOTES ARE DUE BY COB on THURS. JULY 12, 2012 @ 4pm EST. Quotes may be faxed (410) 762-6008 or emailed to Carolyn.Ward@uscg.mil (xvi) POC is Carolyn Ward, Procurement Agent, 410-762-6601.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-12-Q-61058/listing.html)
- Record
- SN02797066-W 20120711/120709234843-e7b824273e78800d8dea947831dae1e0 (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 |