SOLICITATION NOTICE
20 -- Aton Buoy Body Valve - REQUIRED DOCUMENTS - Drawings & Specification
- Notice Date
- 2/23/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332911
— Industrial Valve 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-HA001
- Point of Contact
- Ramona E. Hatfield, Phone: 4107626101
- E-Mail Address
-
Ramona.E.Hatfield@uscg.mil
(Ramona.E.Hatfield@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Specification Drawing - Rubber Ball Drawing - Buoy Whistle Required document SF1449 to be sent with quote. Required document RFQ to be sent with quote. This is a combined synopsis/solicitation for commercial items, 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; quotes are being requested and a separate written solicitation will not be issued. (ii) Solicitation number HSCG40-15-Q-HA001 applies, and is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78, effective, 26 December 2014. (iii) It is anticipated that a competitive price purchase order shall be awarded as a result of this synopsis/solicitation. The North American Industry Classification System (NAICS) code is 332911 for this requirement. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. (iv) The U.S. Coast Guard, Surface Forces Logistics Center (SFLC) intends to award a Firm Fixed Price Purchase Order. Award will be made on a lowest technically acceptable price. (v) The United States Coast Guard Surface Forces Logistics Center has a requirement for the following items: (vi) PLACE OF DELIVERY: U.S. Coast Guard, Surface Forces Logistics Center, 2401 Hawkins Point Road, Bldg. 88A Receiving, Baltimore, MD 21226. BODY VALVE ITEM 1: : BODY VALVE NSN: 4820-01-034-1438 DESCRIPTION: BODY VALVE BUOY WHISTLE VALVE. TO BE MANUFACTURED IAW US COAST GUARD SPECIFICATION NUMBER P-422-0336 AND DRAWING NUMBER 52100-120777. EACH ITEM TO BE PACKAGED IAW ASTM D 3951. EACH ITEM TO BE MARKED IAW MIL-STD-129. BAR CODING IAW AIM BC 1 IS REQUIRED. GFE PATTERNS REQUIRED: #945-1, VALVE BODY- 6350-01-F83-0116 #945-2, VALVE COVER- 6350-01-F83-0117 #945-3, VALVE GLAND- 6350-01-F83-0118. INSPECTION AT SOURCE BY COAST GUARD PERSONNEL QUANTITY _4__ Unit of Issue: _EA__ UNIT PRICE: ____________ TOTAL:_____________ REQUIRED DELIVERY DATE ON OR BEFORE:____15 September 15____ PROMISED DELIVERY DATE:______________________ NOTE: All items are to be individually packed, and marked in accordance with below instructions. EACH ITEM TO BE PACKAGED IAW ASTM D 3951. EACH ITEM TO BE MARKED IAW MIL-STD-129. BAR CODING IAW AIM BC 1 IS REQUIRED. GOVERNMENT ACCEPTANCE: Acceptance will be made at vendor's facility by a Government representative. Acceptance will be contingent upon the representative's verification. INSPECTION AT SOURCE BY COAST GUARD PERSONNEL (vii) The following FAR clauses apply to this solicitation. To review the following clauses in full text please go to www.arnet.gov/far and http://www.dhs.gov/dhspublic/interapp/editorial/editorial_0378.xml. FAR 52.212-1 Instructions to Offerors-Commercial Items (Apr 2014). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show: (1) The solicitation number (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price. Delivery information and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. (12) Dun & Bradstreet number, (viii) FAR 52.212-2 Evaluation-Commercial Items (Oct 2014). - This is a commercial item acquisition. The evaluation and award procedures in FAR 13.106 apply. The following evaluation factors shall be considered: The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: Price: The Government will evaluate offers based on best technically acceptable lowest cost. (ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Dec 2014) - An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website (www.sam.gov), the offeror shall complete only paragraphs (c) through (o) of this provision. (x) FAR 52.213-4 Terms and Conditions - Simplified Acquisitions (Other Than Commercial Item). Dec 2014 (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Dec 2014) applies to this acquisition. The following addendum applies: Address for submission of invoices is U.S. Coast Guard, P.O. Box 4122, Chesapeake, VA 23327-4122, Phone 757-523-6940 or Email address for submission of invoices is FIN-SMB-YARDTEAM@USCG.MIL. (xii) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Dec 2014) The Contractor shall comply with the 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) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (2) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). (3) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (4) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (5) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (6) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). (7) 52.225-1, Buy American Act-Supplies (May 2014) (41 U.S.C. 10a-10d). (8) 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). (9) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management Registration (Jul 2013) (Deviation) Quotes are due by 3 March 2015 @ 12:00 PM EST. Quotes and Questions should be emailed to RAMONA.E.HATFIELD@USCG.MIL. Contractors are responsible for verifying receipt of quotes. POC is Ramona Hatfield, Purchasing Agent, 410-762-6101. Questions regarding this Request For Quote are to be submitted in writing to RAMONA.E.HATFIELD@USCG.MIL by 25 February 2015 @ 1200 pm
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-15-Q-HA001/listing.html)
- Place of Performance
- Address: 2401 Hawkins Point Rd, Baltimore, Maryland, 21226, United States
- Zip Code: 21226
- Record
- SN03648712-W 20150225/150223234730-81699a210dc202f0677b209847d3b11c (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 |