Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 02, 2014 FBO #4634
SOLICITATION NOTICE

48 -- Butterfly Valves

Notice Date
7/31/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423840 — Industrial Supplies Merchant Wholesalers
 
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
2114404Y152186741
 
Archive Date
8/23/2014
 
Point of Contact
Brandie R Dunnigan, Phone: 410/762-6446
 
E-Mail Address
brandie.r.dunnigan@uscg.mil
(brandie.r.dunnigan@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation for commercial item contract, 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 2114404Y152186741 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 2005-73 (APR 2014). (iv) This procurement is 100% set aside for small business. The North American Industry Classification System (NAICS) code is 423840 and the business size standard is 100 employees. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. ITEM 0001, VALVE, BUTTERFLY, 5" ROUND VENT CLOSURE WITH HANDLE OPERATOR, WATER TIGHT AND FIRE RESISTANT, SST BODY AND DISC, IAW NAVSHIPS 804-1749102. Quantity: 4 EA Delivery date: 11/14/2014 PACKAGING REQUIREMENTS: IMPORTANT! EACH ITEM SHALL BE INDIVIDUALLY PACKAGED IN ACCORDANCE WITH THE COAST GUARD "UNIT OF ISSUE". ACCEPTABLE METHOD OF THE PACKAGE IS COMMERCIAL PACKAGING, DEFINED AS THE WAY ITEMS ARE PACKAGED, SOLD, AND SHIPPED TO THE PUBLIC OVER THE COUNTER PROVIDING IT IS PACKAGED IAW COAST GUARD "UNIT OF ISSUE". SMALLER ITEMS (BOLTS/SCREWS) CAN BE MULTIPACKED IN ONE PACKAGE/CONTAINER PROVIDING ITS CORRECTLY MARKED. EXAMPLE: A BOLT HAS CG UNIT OF ISSUE OF "EA". WE ORDER 150 EA. ITS ACCEPTABLE TO SHIP A MULTI-PACKAGE/CONTAINER WITH 10, 25 OR 50 AS LONG AS THAT PACKAGE IIS MARKED IAW MARKING REQUIREMENTS BELOW. MARKING REQUIREMENTS: ALL PACKAGES, BOXS OR CONTAINERS SHALL BE CLEARLY MARKED / LABELED IN CLEAR LETTERING WITH THE FOLLOWING NOMENCLATURE: ITEM NOUN NAME, OUR STOCK NUMBER (13 DIGIT), MFG PART NO., CAGE CODE (IF KNOWN), PURCHASE ORDER / CONTRACT NUMBER, UNIT OF ISSUE, QUANTITY. WHERE THE CG UNIT OF ISSUE IS KT, IF NOT PACKAGED IN ONE BOX, COMPONENTS SHALL BE MARKED PART 1 OF 2, PART 2 OF 2. AND ANY ADDITIONAL MARKING AS DIRECTED BY PROCUREMENT AGENT. FAILURE TO COMPLY WITH ALL PACKAGING AND MARKING REQUIREMENTS WILL RESULT IN MATERIAL BEING RETURNED AT VENDORS EXPENSE FOR CORRECTION. BAR CODING NOT REQUIRED! (i) Place of Delivery is: USCG YARD, 2401 Hawkins Point Road, RECEIVING ROOM, Bldg 88, Baltimore, MD 21226. **** Please quote prices FOB Destination. **** (ii) 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 (APR 2014). 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 no more than three relevant past performance history including: contract number, point of contact and the contact information. g) Offerors shall agree to the deliver condition that the vendor shall start the performance within 48 hours of notification by the government. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. If any offeror is registered in ORCA, verification by the applicable vendor is needed to evidence that the record is current and valid. (iii) 52.212-2 Evaluation-Commercial Items (Jan 1999). - Delivery, pricing and relevant past performance 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. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. 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. The evaluation and award procedures in FAR 13.106 apply. (iv) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (DEC 2012) with Alt 1 included are to be submitted with your offers. (v) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (JAN 2014) applies to this acquisition. (vi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Jan 2014). The following clauses listed in 52.212-5 are incorporated: a. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) (Pub.L. 109-282)(31 U.S.C. 6101 note). b. 52.204-99, System for Award Management Registration (Aug 2012) (DEVIATION) c. 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). d. 52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009) (15 U.S.C. 632 (a)(2). e. 52.222-3 Convict labor (June 2003) (E.O. 11755) f. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (EO 11755) g. 52.222-26 Equal Opportunity (March 2007)(E.O. 11246) h. 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). i. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). j. 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). k. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(31.S.C. 3332). l. 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). m. 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). n. 52.233-3 Protest after award (Aug. 1996.) o. 52.233-4 Applicable Law for Breach of Contract Chain (Oct.2004). (vii) Defense Priorities and Allocations System (DPAS): N/A (viii) QUOTES ARE DUE BY 12:00 NOON EST on Friday, 08 AUGUST 2014. Quotes may be faxed (410) 762-6008 or preferred method email to Brandie.r.dunnigan@uscg.mil (ix) POC is Brandie Dunnigan, Procurement Agent, 410-762-6446.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/2114404Y152186741/listing.html)
 
Record
SN03445235-W 20140802/140731235827-3fc07656b6fe7c6ad3378383a67c8a0c (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.