Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 29, 2007 FBO #2133
SOLICITATION NOTICE

J -- METAL PLATING SERVICES

Notice Date
9/27/2007
 
Notice Type
Solicitation Notice
 
NAICS
332813 — Electroplating, Plating, Polishing, Anodizing, and Coloring
 
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 ALD Support, Elizabeth City, NC, 27909-5001, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG38-08-Q-800002
 
Response Due
10/15/2007
 
Archive Date
10/30/2007
 
Point of Contact
Gary Woolard, Contract Specialist, Phone (252) 335-6499, Fax (252) 334-5427, - Cynthia Soules, HH65 Contract Specialist, Phone 252-335-6641, Fax 252-334-5240
 
E-Mail Address
Gary.S.Woolard@uscg.mil, Cynthia.D.Soules@uscg.mil
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6 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. This Request for Quotation (HSCG38-08-Q-800002) incorporates provisions and clauses in effect through Federal Acquisition Circular (FAC) 2005-20. This is an unrestricted procurement. The North American Industry Classification System (NAICS) Code is 332813 and the small business size standard is 500 employees. All potential contractors must meet be capable of providing all listed services at their facility and the facility MUST be located within a three hour, one-way drive of Elizabeth City, NC to facilitate deliveries/pickups in a normal workday and allow the driver time to wait for the completion of rush items. All responsible sources may submit an offer that shall be considered by the agency. The contract will be awarded using simplified acquisition procedures in accordance with Federal Acquisition Regulation (FAR) Part 13. This acquisition action is to acquire the following metal plating shop services on an hourly basis as required: Item 1: Blue Anodizing per MIL-A-8625 ? 15 Hours, Item 2: Black Anodizing per MIL-A-8625 ? 20 hours, Item 3: Chromic Anodizing per MIL-A-8625 ? 80 hours, Item 4: Clear Anodizing per MIL-A-8625 ? 7 hours, Item 5: Gold Anodizing per MIL-A-8625 ? 7 hours, Item 6: Gray Anodizing per MIL-A-8625 ? 112 hours, Item 7: Green Anodizing per MIL-A-8625 ? 5 hours, Item 8: Red Anodizing per MIL-A-8625 ? 5 hours, Item 9: Copper Plating/Copper Flash per MIL-C-14550 ? 5 hours, Item 10: Electroless Nickel per MIL-C-26074 ? 5 hours, Item 11: Nickel Plating per QQ-N-290 ? 10 hours, Item 12: Phosphate Coating per MIL-P-16232 ? 5 hours, Item 13: Zinc Plating per ASTM B633 ? 5 hours, Item 14: Cadmium Plating, Class 2, Type2 & Cadmium plating bright deposit. Also, matte Hydrogen free bath for parts heat treated to 39 Rochelle C scale, QQ-P416F rev., Cadmium Plate with Chromate Cadmium Flash Plate, Class 2, Type 2 ? 418 hours, Item 15: Black Oxide Coating: Ferrous per MIL-L-13924 / Non Ferrous per MIL-F-495 ? 5 hours, Item 16: Metal Stripping to remove Cadmium per MIL TT-C-490C ? 5 hours, Item 17: Silver Plating Matte and Bright per QQ-S-365 ? 5 hours, Item 18: Application of Dry Film Lubricant Molybendium Disulfide per MIL-I-46010 ? 5 hours, Item 19: Rush Items to be completed within 1 to 3 hours ? 48 hours, Item 20: Brush Plating: Cadmium/Anodized and Silver- 5 hours, Item 21: Alodine/Chromacoat Treatment Per MIL-C-5541 ? 5 hours. Item 22: Baking Services ? 5 hours. Parts requiring plating, coating, baking or stripping service will be delivered to and picked up from the vendor?s facility by ARSC personnel. Routine deliveries and pick-ups will occur on Tuesday of each week with supplemental deliveries as required for urgent (rush) parts. Prior to delivery of parts to the Vendor?s facility, all parts requiring work are logged and tagged with an ARSC assigned sequential part #, quantity of specific parts, nomenclature and date out of ARSC?s Facility. Completed parts should be returned with the same tag or a similar tag bearing the same information as the original tag to allow tracking of parts. Vendor?s Invoices shall reflect the same information contained on the tag. Inspection and acceptance of material shall be performed by USCG Aircraft Repair & Supply Center Machine Shop Quality Assurance personnel upon return to ARSC. Work determined not to meet Quality Standards will be returned for rework at no additional cost. The following FAR Subpart 12 provisions and clauses are incorporated by reference: FAR 52.212-1 Instruction to Offerors-Commercial Items (SEP 2006) The Closing Date for receipt of quotations is 15 October 2007 at 3:15 p.m. EDST. Quotations do not require the submission of Freight or Shipping Terms as they will not apply to this order. For information regarding this solicitation contact Gary Woolard, Contract Specialist at gary.s.woolard@uscg.mil or faxed to (252) 334-5427. Questions and requests for information should be submitted in writing. Facsimile or e-mail quotations are acceptable and may be faxed to (252) 334-5427 or e-mailed to gary.s.woolard@.uscg.mil. Alternate POC is Cindy Soules, Contracting Officer at cynthia.d.soules@uscg.mil, fax: 252-335-6438. 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. FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) The Government will award a contract 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 are arranged in order of importance and shall be used to evaluate quotations: a) Technical Capability to furnish the required conforming process; b) Price; c) Delivery; d) Past Performance. Factors a) through d) are arranged in order of importance. Technical Capability consists of the ability to perform all the required processes within the contractor?s local facility. Delivery consists of being able to complete routine work within a one-week turnaround period and rush items within 1 to 3 hours. The combination of (a) Technical Capability and (c) Delivery are considered significantly more important than (b) Price. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Sep 2007) Offerors shall include a completed copy of this provision with offer or complete only paragraph (j) of the provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov . 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. FAR 52.212-4 Contract Terms and Conditions Commercial Items (Feb 2007) tailored to include the following addenda: FAR 52.211-14 Notice of Priority Rating for National Defense Use (Sep 1990) DO-A1 rating, FAR 52.232-18 Availability of Funds (Apr 1984) FAR 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) 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 Chapter 30) Clauses 3052.209-70 Prohibition on Contracts With Corporate Expatriates (JUN 2006) (a) Prohibitions. Section 835 of the Homeland Security Act, 6 U.S.C. 395, prohibits the Department of Homeland Security from entering into any contract with a foreign incorporated entity which is treated as an inverted domestic corporation as defined in this clause, or with any subsidiary of such an entity. The Secretary shall waive the prohibition with respect to any specific contract if the Secretary determines that the waiver is required in the interest of national security. (b) Definitions. As used in this clause: Expanded Affiliated Group means an affiliated group as defined in section 1504(a) of the Internal Revenue Code of 1986 (without regard to section 1504(b) of such Code), except that section 1504 of such Code shall be applied by substituting ?more than 50 percent? for ?at least 80 percent? each place it appears. Foreign Incorporated Entity means any entity which is, or but for subsection (b) of section 835 of the Homeland Security Act, 6 U.S.C. 395, would be, treated as a foreign corporation for purposes of the Internal Revenue Code of 1986. Inverted Domestic Corporation. A foreign incorporated entity shall be treated as an inverted domestic corporation if, pursuant to a plan (or a series of related transactions)- (1) The entity completes the direct or indirect acquisition of substantially all of the properties held directly or indirectly by a domestic corporation or substantially all of the properties constituting a trade or business of a domestic partnership; (2) After the acquisition at least 80 percent of the stock (by vote or value) of the entity is held- (i) In the case of an acquisition with respect to a domestic corporation, by former shareholders of the domestic corporation by reason of holding stock in the domestic corporation; or (ii) In the case of an acquisition with respect to a domestic partnership, by former partners of the domestic partnership by reason of holding a capital or profits interest in the domestic partnership; and (3) The expanded affiliated group which after the acquisition includes the entity does not have substantial business activities in the foreign country in which or under the law of which the entity is created or organized when compared to the total business activities of such expanded affiliated group. Person, domestic, and foreign have the meanings given such terms by paragraphs (1), (4), and (5) of section 7701(a) of the Internal Revenue Code of 1986, respectively. (c) Special rules. The following definitions and special rules shall apply when determining whether a foreign incorporated entity should be treated as an inverted domestic corporation. (1) Certain stock disregarded. For the purpose of treating a foreign incorporated entity as an inverted domestic corporation these shall not be taken into account in determining ownership: (i) stock held by members of the expanded affiliated group which includes the foreign incorporated entity; or (ii) Stock of such entity which is sold in a public offering related to an acquisition described in section 835(b)(1) of the Homeland Security Act, 6 U.S.C. 395(b)(1). (2) Plan deemed in certain cases. If a foreign incorporated entity acquires directly or indirectly substantially all of the properties of a domestic corporation or partnership during the 4-year period beginning on the date which is 2 years before the ownership requirements of subsection (b)(2) are met, such actions shall be treated as pursuant to a plan. (3) Certain transfers disregarded. The transfer of properties or liabilities (including by contribution or distribution) shall be disregarded if such transfers are part of a plan a principal purpose of which is to avoid the purposes of this section. (d) Special rule for related partnerships. For purposes of applying section 835(b) of the Homeland Security Act, 6 U.S.C. 395(b) to the acquisition of a domestic partnership, except as provided in regulations, all domestic partnerships which are under common control (within the meaning of section 482 of the Internal Revenue Code of 1986) shall be treated as a partnership. (e) Treatment of Certain Rights. (1) Certain rights shall be treated as stocks to the extent necessary to reflect the present value of all equitable interests incident to the transaction, as follows: (i) Warrants; (ii) Options; (iii) Contracts to acquire stock; (iv) Convertible debt instruments; (v) Others similar interests. (2) Rights labeled as stocks shall not be treated as stocks whenever it is deemed appropriate to do so to reflect the present value of the transaction or to disregard transactions whose recognition would defeat the purpose of section 835. (f) 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) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items (Mar 2007) (a)(b) 52.219-28, Post-Award Small Business Program Rerepresentation (June 2007) 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126). 52.222-20, Walsh-Healey Public Contracts Act (Dec 1996) If this contract is for the manufacture or furnishing of materials, supplies, articles or equipment in an amount that exceeds or may exceed $10,000, and is subject to the Walsh-Healey Public Contracts Act, as amended (41 U.S.C. 35-45), the following terms and conditions apply: (a) All stipulations required by the Act and regulations issued by the Secretary of Labor (41 CFR Chapter 50) are incorporated by reference. These stipulations are subject to all applicable rulings and interpretations of the Secretary of Labor that are now, or may hereafter, be in effect. (b) All employees whose work relates to this contract shall be paid not less than the minimum wage prescribed by regulations issued by the Secretary of Labor (41 CFR 50-202.2). Learners, student learners, apprentices, and handicapped workers may be employed at less than the prescribed minimum wage (see 41 CFR 50-202.3) to the same extent that such employment is permitted under Section 14 of the Fair Labor Standards Act (41 U.S.C. 40). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-39, Notification of Employee Rights Concerning Payment of Union Dues or Fees. (Dec 2004)(E.O. 13201) 52.222-50, Combating Trafficking in Persons. (Aug 2007) 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). 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.211-15, Defense Priority and Allocations System Rating: DO-A1 (Sep 1990); Anticipated award date is no later than October 19, 2007. Closing date and time for receipt of quotations is October 15, 2007 at 3:15 P.M. E.D.S.T. Facsimile quotations are acceptable and may be forwarded to 252-334-5427, Attention: Gary Woolard. Electronic submissions may be sent to gary.s.woolard@uscg.mil. Quotations may be submitted on company letterhead stationery indicating the nomenclature; part number; unit price and extended price, payment terms and any discount offered for prompt payment, the business size standard and any minority classification; delivery date and include the required FAR 52.212-3, including Alternate 1 per the instructions in this solicitation cited under the clause. All offerors submitting a quote shall have a valid Vendor Cage Code, Dun & Bradstreet Number (DUNS) or the ability to obtain one, and MUST be actively registered in the Central Contractor Registration (CCR) throughout the award of the contract. Enclosure (1) to COMDTINST 4200.14, NOTICE FOR FILING AGENCY PROTESTS, is attached. Enclosure (1) to COMDTINST 4200.14 NOTICE FOR FILING AGENCY PROTESTS It is the policy of the Coast Guard to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe that a Coast Guard procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the Coast Guard Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester?s concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency?s goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth at FAR 33.103(d)(2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be forwarded to the address below: Commandant (G-A) U.S. Coast Guard Headquarters Acquisition Planning and Performance Measurement 1900 Half St. SW, Room 11-0402 Washington, DC 20593 Telephone: (202) 372-3692 Fax: (202) 475-3904
 
Place of Performance
Address: USCG AIRCRAFT REPAIR AND SUPPLY CENTER,, ELIZABETH CITY, NC
Zip Code: 27909-5001
Country: UNITED STATES
 
Record
SN01422739-W 20070929/070927223352 (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.