SOLICITATION NOTICE
80 -- MI-15 Ablative Coating
- Notice Date
- 5/2/2006
- Notice Type
- Solicitation Notice
- NAICS
- 339991
— Gasket, Packing, and Sealing Device Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, EISD, 130J or Support Proc Building 79, 75, 78, 19 or 63, Elizabeth City, NC, 27909-5001
- ZIP Code
- 27909-5001
- Solicitation Number
- HSCG38-06-Q-500016
- Response Due
- 5/19/2006
- Archive Date
- 6/3/2006
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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 document will not be issued. HSCG38-06-Q-500016 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-09. The applicable NAICS number is 339991 and the small business size standard is 750 employees. This is an unrestricted procurement. The purchase order will be awarded using simplified acquisition procedures in accordance with FAR Part 13. The U.S. Coast Guard intends to award a Firm Fixed Price purchase order on a sole source basis to Lockheed Martin Corp.,13800 Old Gentilly Road MS 2300, P. O. Box 29304, New Orleans, LA 70129-2218, for the purchase of the following items: ITEM 1: MI-15 Ablative Coating, P/N MI-15 Topcoat Kit, Quantity 48 KT; and ITEM 2: MI-15 Ablative Coating, P/N MI-15 Type 1 Kit, Quantity 96 KT. Technical data is not available and cannot be furnished by the U.S. Coast Guard. Packaging, Packing, and Preservation shall be in accordance with best commercial practices to enable shipment to destination. All items shall be individually packaged and labeled. Labeling shall include the appropriate Part Number, Nomenclature, Purchase Order Number, and Line Item Number. Labeling data shall be attached to the outside of the shipping container. Packaging material shall not consist of popcorn, shredded paper, Styrofoam of any type, or peanut packaging. Internal packing material shall be sufficient to prevent damage during shipment, handling, and storage. Each part shall be individually packed in a separate envelope, box, carton, or crate. Material is hazardous and Material Safety Data Sheets (MSDS) must be accompanied with delivery. Bar coding is not required. Delivery shall be to USCG Aircraft Repair and Supply Center, Receiving, Bldg 63, Elizabeth City, NC 27909. Inspection and acceptance of equipment shall be performed at destination by Receiving personnel for count and condition only. The following FAR Subpart 12 clauses and provisions are incorporated by reference: FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2003) with the following addenda: FAR 52.211-15 Defense Priorities and Allocations System Rating (SEP 1990) DO-A1(rating), FAR 52.211-17 Delivery of Excess Quantities (SEP 1989), FAR 52.223-3 Hazardous Material Identification and Material Safety Data (JUN 1997), FAR 52.247-45 F.o.b. Origin and/or F.o.b. Destination Evaluation (APR 1984), and FAR 52.252-2 Clauses Incorporated by reference (FEB 1998). Full text may be accessed electronically at internet address www.arnet.gov/far. Homeland Security Acquisition Regulation (HSAR) 48 CFR 3009.104-75 3052.209-70 Prohibition on contracts with corporate expatriates (DEC 2003) of which full text is available at http://www.pubklaw.com/regs/68fr67867.html. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes and Executive Orders-Commercial Items (APR 2006) )(a)(b), FAR 52.222-3 Convict Labor (JUNE 2003)(E.O. 11755), FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JAN 2006)(E.O. 13126), FAR 52.222-21 Prohibition off Segregated Facilities (FEB 1999), FAR 52.222-26 Equal Opportunity (APR 2002)(E.O.11246), FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001)(38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (JUNE 1998)(29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Era, and Other Eligible Veterans (DEC 2001)(38 U.S.C. 4212), FAR 52.225-3 Buy American Act-Free Trade Agreement-Israeli Trade Act (APR 2006)(41 U.S.C 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, PL 108-77, 1-8-78) Alternate I (JAN 2004) of 52.225-3; FAR 52.225-13 Restrictions on Certain Foreign Purchases (FEB 2006)(E.O.s proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury, FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332). FAR 52.212-1 Instruction to Offerors-Commercial Items (JAN 2006). All responsible sources may submit an offer which shall be considered. Contractors must have valid Cage Codes and DUNS Numbers and be registered with CCR. For information regarding this RFQ contact Denise Hall (252) 334-5323, facsimile (252) 334-5242, email Denise.P.Hall@uscg.mil, or mail Denise Hall, Contract Specialist, U.S. Coast Guard, ARSC, EISD Procurement Office, Bldg 78, Elizabeth City, NC 27909-5001. The Closing Date for receipt of quotes is 19 May 2006 at 1200(Noon) EDST. Quotes may be submitted on company letterhead stationary and must include the following information: Solicitation Number, Nomenclature, Part Number, Unit Price, Extended Price, Payment Terms, and discount offered for prompt payment. Quotes may be F.o.b. Destination or F.o.b. Origin, freight prepaid. F.o.b. Origin, Freight Prepaid quotes must include shipping prices for the purpose of evaluating quotes to determine lowest overall cost to the Government. F.o.b. Origin, Freight Prepaid quotes must include freight information to be considered responsive. FAR 52.212-2 Evaluation-Commercial Items (JAN 1999) award will be made to the offeror proposing the best value to the Government considering technical capability, price, delivery, and past performance. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (MAR 2005). Offerors shall include a completed copy of this provision and these copies can be obtained by downloading the document from www.arnet.gov/far/, by email request to Denise.P.Hall@uscg.mil or by calling the agency. If the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov., the offeror shall complete only paragraph (j) of this provision.. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision.
- Record
- SN01038956-W 20060504/060502220338 (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 |