Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 21, 2014 FBO #4592
SOLICITATION NOTICE

83 -- AMVER Pennants - RFQ

Notice Date
6/19/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
314999 — All Other Miscellaneous Textile Product Mills
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, 2703 MARTIN LUTHER KING JR AVE SE, STOP 7828, Washington, District of Columbia, 20593-7828, United States
 
ZIP Code
20593-7828
 
Solicitation Number
HSCG23-14-Q-MNG095
 
Archive Date
8/1/2014
 
Point of Contact
Paul D. Terhaar, Phone: 2024753265
 
E-Mail Address
paul.d.terhaar@uscg.mil
(paul.d.terhaar@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
AMVER Pennant Drawings Blue AMVER Pennant AMVER Pennant Specifications (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; quotes are being requested and a written solicitation will not be issued. (ii) Solicitation number HSCG23-14-Q-MNG095 applies and is issued as a request for quote (RFQ). (iii) Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74. (iv) The North American Industry Classification System (NAICS) code is 314999 and the business size standard is 500 employees. This acquisition is a total small business set aside. (v) Base Year CLIN 0001 - 28" x 50" nylon acid dyed single reverse Old Glory Blue & White with blue letters AMVER tapered burgee, reinforced fly-end, heading & grommets, polybag. Quantity 2,100/each CLIN 0002 - 28" x 50" nylon acid dyed single reverse Gold & White with black letters AMVER tapered burgee, reinforced fly-end, heading & grommets, polybag. Quantity: 600/each Option Year 1 CLIN 1001 - 28" x 50" nylon acid dyed single reverse Old Glory Blue & White with blue letters AMVER tapered burgee, reinforced fly-end, heading & grommets, polybag. Quantity 2,300/each CLIN 1002 - 28" x 50" nylon acid dyed single reverse Gold & White with black letters AMVER tapered burgee, reinforced fly-end, heading & grommets, polybag. Quantity: 700/each Option Year 2 CLIN 2001 - 28" x 50" nylon acid dyed single reverse Old Glory Blue & White with blue letters AMVER tapered burgee, reinforced fly-end, heading & grommets, polybag. Quantity 2,400/each CLIN 2002 - 28" x 50" nylon acid dyed single reverse Gold & White with black letters AMVER tapered burgee, reinforced fly-end, heading & grommets, polybag. Quantity: 700/each CLIN 2003 - 28" x 50" nylon acid dyed single reverse Purple & White with black letters AMVER tapered burgee, reinforced fly-end, heading & grommets, polybag. Quantity: 100/each Option Year 3 CLIN 3001 - 28" x 50" nylon acid dyed single reverse Old Glory Blue & White with blue letters AMVER tapered burgee, reinforced fly-end, heading & grommets, polybag. Quantity 2,500/each CLIN 3002 - 28" x 50" nylon acid dyed single reverse Gold & White with black letters AMVER tapered burgee, reinforced fly-end, heading & grommets, polybag. Quantity: 800/each CLIN 3003 - 28" x 50" nylon acid dyed single reverse Purple & White with black letters AMVER tapered burgee, reinforced fly-end, heading & grommets, polybag. Quantity: 200/each Option Year 4 CLIN 4001 - 28" x 50" nylon acid dyed single reverse Old Glory Blue & White with blue letters AMVER tapered burgee, reinforced fly-end, heading & grommets, polybag. Quantity 2,600/each CLIN 4002 - 28" x 50" nylon acid dyed single reverse Gold & White with black letters AMVER tapered burgee, reinforced fly-end, heading & grommets, polybag. Quantity: 900/each CLIN 4003 - 28" x 50" nylon acid dyed single reverse Purple & White with black letters AMVER tapered burgee, reinforced fly-end, heading & grommets, polybag. Quantity: 300/each All quotes shall be FOB destination. The U.S. Coast Guard intends to award a firm fixed price contract resulting from this solicitation. If needed, Option CLINs will be exercised annually. (vi) See attached specifications and drawings. (vii) Place of Delivery is: USCG Battery Park Building AMVER Maritime Relations 1 South Street Room 221 New York, NY 10004 Attn: Beverly Howard Required Delivery: Base year July 31, 2014; CLIN 0001 - qty: 1,200 CLIN 0002 - qty: 300 Aug 15, 2014; CLIN 0001 - qty: 900 CLIN 0002 - qty: 300 (viii) The following FAR provisions and clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at https://acquisition.gov/far. Incorporated by Reference - FAR 52.212-1 Instructions to Offerors - Commercial Items (February 2012) 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: 1) company's complete mailing and remittance addresses, 2) discounts from promt payment as applicable, 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number and, 6) Pricing and verification that the offeror can meet the specification requirements under (vi). Addendum to 52.212-1: 1. Offeror must identify the manufacturer of the items quoted. 2. Offerors must state if they can meet the delivery schedule. 3. Offerors must be registered in the System for Award Management (SAM). (ix) 52.212-2 Evaluation - Commercial Items (Jan 1999) (a) The Government will award a contract from this solicitation to the responsible offeror whose offer conforming to the solicitation is determined to be lowest-price technically-acceptable. An offer will be determined technically-acceptable if it provides the required supplies in the required quantities and in accordance with the delivery schedule, and if the offeror is rated satisfactory (or better) for past performance. The Government will query the Past Performance Information Retrieval System to rate past performance. The absence of past performance information will be rated as neutral which is satisfactory. (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x) Incorporated by Reference - FAR 52.212-3 Offeror Representations and Certifications - Commercial Items (Dec 2012) applies to this solicitation. If the offeror has not filled out electronic Representations and Certifications in SAM, a completed copy of this provision shall be returned with the quote. (xi) Incorporated by Reference - FAR 52.212-4 Contract Terms and Conditions - Commercial Items (February 2012) applies to this acquisition. (xii) The clause at FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial items (Jan 2013), applies to this acquisition. The following additional FAR Clauses are applicable: 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Aug 2012) (Pub. L. 109-282) (31 U.S.C. 6101 note). 52.209-6, Protecting the Government' Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Dec 2010) (31 U.S.C. 6101 note). 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012) (section 738 of Division C of Public Law 112-74, section 740 of Division C of Pub. L. 111-117, section 743 of Division D of Pub. L. 111-8, and section 745 of Division D of Pub. L. 110-161). 52.219-6, Notice of Total Small Business Set aside (Nov 2011) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Representation (Apr 2012) (15 U.S.C. 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Mar 2012) (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011). 52.225-3, Buy American Act - Free Trade Agreements - Israli Trade Act (Nov 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C 4001, Pub. L. 103-182, Pub. L. 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assest Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer - Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332) (xiii) Industry standard commercial warranties shall apply (xiv) N/A (xv) Due date for submissions is July 1, 2014, 2pm ET, All questions regarding this solicitation should be submitted in writing to Paul.D.Terhaar@uscg.mil by June 25, 2014, 2pm ET. All quotes should be submitted via email. Due to possible email transmission problems it is the contractor's responsibility to verify receipt of quote. (xvi) Point of contact for this RFQ is Paul Terhaar, Contract Specialist, Paul.D.Terhaar@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-14-Q-MNG095/listing.html)
 
Record
SN03400334-W 20140621/140619234740-39f2fd51638c2c4a15224e1fb7241f7e (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.