Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 29, 2016 FBO #5301
SOLICITATION NOTICE

20 -- High Strength Towing Hawser - Representations & Certifications - DRAWINGS - 210-WMEC MANUAL - FAR CLAUSES

Notice Date
5/27/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
314994 — Rope, Cordage, Twine, Tire Cord, and Tire Fabric Mills
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), SECTOR HR, 4000 COAST GUARD BLVD, Portsmouth, Virginia, 23703, United States
 
ZIP Code
23703
 
Solicitation Number
HSCG80-16-P-XNB366
 
Archive Date
6/28/2016
 
Point of Contact
Kirkton Adams, Phone: 757-628-4942
 
E-Mail Address
kirkton.l.adams@uscg.mil
(kirkton.l.adams@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
FAR CLAUSES 210-WMEC MANUAL DRAWINGS Representations & Certifications This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005 87 (Apr 2016) 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 314994. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13. 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 SYSTEMS FOR AWARD MANAGEMENT (SAM) and shall provide the company Tax Information Number (TIN) with their offer. A. Requirement: 1. Item- (1) EACH - 210' WMEC Primary Towing Hawser Description : Quantum 12 Green 1 ½ in Dia. High Strength Class II, 1150 ft (+/- 10 ft) cut length with 3 ft Dynalene covered eye on one end and heavy duty thimble on one end as shown in USCG DWG 618-WMEC-582-005 - High Strength Towing Hawsers. Shall not exceed a rated breaking strength of 186,00 lbs, shall be fitted with two heavy duty towing thimbles inside of spliced eyes, and shall be protected from chaffing by jacket or chaff wear material. Shall share the sailent traits of P/N 873 from Table 6-1 in USCG Time Critical Technical Order WMEC-210 TP2070.0 REV 08/21/14 - Tow Hawser. Manual References: USCG Time Critical Technical Order WMEC-210 TP2070.0 REV 08/21/14 - Tow Hawser USCG DWG 618-WMEC-582-005 - High Strength Towing Hawsers -This item will be used on 210' WMEC Coast Guard Cutter- 2. Freight Charge Delivery shall be F.O.B. Destination to: Commanding Officer USCGC DAUNTLESS (WMEC-624) 3000 Fort Point Rd. Galveston, TX 77533 B. Required Completion Date Required delivery date no later than: June 24, 2016 C. As stated below, the provision at FAR 52.212-2, Evaluation-Commercial Items- applies with the following addenda: Award of a contract will be based on the following criteria: The purchase order will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5. 1. Please provide any warranty information. 2. Vendors MUST be registered in www.sam.gov The Government will award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conforming to the solicitation will be more advantageous to the Government, price and other factors considered. Interested Offerors having the expertise and required capabilities are invited to submit a Firm Fixed Price proposal that will be considered by the agency. Proposals must be submitted on company letterhead stationery and must include the following information ( 1) Cost Breakdown, (2) Unit Price, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company DUNS and Cage Code. Quotes must be received no later than 13 June 2016 AT 9:00 A.M. EASTERN STANDARD TIME. Email quotes are acceptable and should be sent to Kirkton Adams at email address - Kirkton.L.adams@uscg.mil. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial items, with their offer or have provision FAR 52.212-3 submitted into www.sam.gov. All questions regarding this solicitation should be directed to Kirkton Adams at (757) 628-4942 or e-mailed to Kirkton.L.adams@uscg.mil. The following FAR Clauses and Provisions apply to this solicitation and are incorporated by reference: PROVISIONS / CLAUSES: FAR 52.212-1, Instructions to Offerors-Commercial Items (March 2016); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (March 2016) 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 52.212-4, Contract Terms and Conditions-Commercial Items (May 2015); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (March 2016). 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 (Feb 2016) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (April 2015); FAR 52.222-26, Equal Opportunity (April 2015)(E.O. 11246); FAR 52.222-36, Equal Opportunity for workers with disabilities (July 2014); FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); FAR 52.225.1 Buy American Act-Supplies (May 2014); FAR 52.225-3, Buy American Act-Free Trade Agreement (May 2014)(41 U.S.C. 10a-10d); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (July 2013)(31 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: Copies of HSAR clauses may be obtained electronically at www.dhs.gov. CGAP 3042.302-90 Valuation Requirements for the Acquisition of Spare Parts Purchased for Inventory Control Points from HQ Contracts (OCT 2008). Copies of CGAP clauses may be obtained electronically at: www.uscg.mil/acquisition/procurement/pdf/CIM_4200_19H.pdf *The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far. NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a) Prospective contractors shall complete electronic annual representations and certifications at SAM accessed via https://www.acquisition.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies. The closing date and time for receipt of quote is JUNE 13, 2016, at 9:00 AM Eastern Standard Time OFFERORS MUST SUBMIT THE FOLLOWING INFORMATION ON THEIR QUOTE: Disclosure: The offeror under this solicitation represents that [Check one]: __ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73; __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or __it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submit a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal. (End of provision)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/39f42bfdf8fdf82b20a6947f89b4bb83)
 
Place of Performance
Address: Commanding Officer, USCGC DAUNTLESS (WMEC-624), 3000 Fort Point Rd., Galveston, Texas, 77533, United States
Zip Code: 77533
 
Record
SN04131988-W 20160529/160527234225-39f42bfdf8fdf82b20a6947f89b4bb83 (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.