SOLICITATION NOTICE
40 -- Wire Rope - Packing & marking
- Notice Date
- 12/15/2014
- 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), 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
- HSCG40-15-Q-5NQ005
- Archive Date
- 1/6/2015
- Point of Contact
- Cynthia A Matthews, Phone: 410-762-6509
- E-Mail Address
-
cynthia.a.matthews@uscg.mil
(cynthia.a.matthews@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Packing & Marking The United States Coast Guard Surface Forces Logistics Center has a requirement and requesting quotations for the manufacturing of the following parts: Item 1) NSN: 4010-01-500-1353, Rope, Wire 50 feet of 3/8" dia, 6 X 37 right regular lay, extra improved plow steel wire rope with rated breaking strength not less than 7.55 tons, meeting API spec. 9-A. Assembly includes installed Crosby S502 series #1039361 closed swage socket or equal. Wire rope assembly shall include OSHA pull test certificate to 40% of wire breaking strength. Test information with date of test ad test weight shall be included on a metal tag that is attached to the wire rope assembly. Wire rope assembly shall be pressure lubricated throughout its entire length with Kirkpatrick Group "Dynagard E" wire rope grease or equal, with particular attention to swaged end. Wire rope assembly shall be individually shrink wrapped in plastic. P/N RRL 49A BUSL Quantity: 180 AY Delivery Schedule - Delivery is required by 1/30/15. Please provide your proposed delivery________ Items used for the 49 BUSL. Inspection and acceptance shall take place at Destination after verification of preservation, Individual packaging and marking requirements and confirmation of no damage during transit. Failure to comply with packaging requirements will result in rejection and nonpayment. Quality Assurance - The Coast Guard reserves the right to verify or have performed any of the inspection set forth herein where such inspection are deemed necessary to assure that supplies and services conform to prescribed requirements. Delivery shall be F.O.B. Destination to USCG Surface Forces Logistics Center, Baltimore MD. EVALUATION Award shall be made without discussions unless the Contracting Officer determines discussions are necessary. Quotations received in response to this synopsis/solicitation shall be evaluated on a best value basis utilizing the following technical, price and price-related factors: (a) Price, including shipping charges. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-77 (NOV 2014) and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is _333923 and the Small Business Size Standard is _500. All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with System for Award Management (SAM) and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is DEC 22, 2014_, at _12_ p.m. Eastern Standard Time. The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (Apr 2014); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Dec 2014) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.204-7, Systems for Award Management (July 2013); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Dec 2014). The following clauses listed within FAR 52.212-5 are applicable: FAR 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). FAR 52.219-28, Post Award Small Business Program representation (Jul 2013)(15 U.S.C. 632(a)(2); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014)(E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014)(29 U.S.C. 793); FAR 52.223-18, Contractor Policy to Ban Text Messaging While Driving (Aug 2011); FAR 52.225-3, Buy American Act-Free Trade Agreement (May 2014)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Jul 2013)(31 U.S.C. 3332). (End of provision)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-15-Q-5NQ005/listing.html)
- Record
- SN03596547-W 20141217/141215234944-24d5caf784ac3ffea297b3ec8deee95c (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 |