SOLICITATION NOTICE
56 -- CEILING PANEL - MIL=STD-1623
- Notice Date
- 8/7/2013
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 331315
— Aluminum Sheet, Plate, and Foil 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
- HSCG40-13-Q-61086
- Point of Contact
- Kimberly J Wooters, Phone: 4107626508, Carolyn Ward, Phone: 410-762-6601
- E-Mail Address
-
kim.j.wooters@uscg.mil, carolyn.ward@uscg.mil
(kim.j.wooters@uscg.mil, carolyn.ward@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Required Information Notice for Filing Agency Protests MIL-STD-1623 FOR FIRE PERFORMANCE REQUIREMENTS (i) 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; quotations are being requested and a separate written solicitation will not be issued. (ii) Solicitation number HSCG40-13-Q-61086 applies, and is issued as a Request for Quotation (RFQ). (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-67 (01 Aug 2013). (iv) This procurement is 100% set aside for small business concerns. The North American Industry Classification System (NAICS) code is 331315 and the business size standard is 750 employees. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. (v) ITEM 0001, PANEL, CEILING, 5/8" THK X 23-3/4" X 23-3/4", PERFORATED ALUMINUM FACED 0.024" THK, #301 WHITE FINISH, 1/8" DIA. PERFORATION ON 21/64" STAGGERED CENTERS, POLYIMIDE FOAM BACKING. FITS STANDARD 2FT X 2FT T-BAR GRID, PANEL SHALL MEET MIL-STD-1623 FOR FIRE PERFORMANCE REQUIREMENTS AS DIRECTED BY NAVY SHIPBOARD HABITABILITY DESIGN CRITERIA MANUAL. A SAMPLE IS REQUIRED TO BE SENT TO BLDG 88 2ND DECK RETAIL SUPPLY TECHNICAL SECTION, FOR APPROVAL UNLESS VENDOR HAS PROVIDED AN ACCEPTABLE PANEL TO THE COAST GUARD IN THE PAST 3 YEARS. QTY: 730 EA UNIT PRICE: __________ TOTAL PRICE: ________ REQUIRED DELIVERY DATE: 09/13/13 ESTIMATED DATE OF DELIVERY: ___________ ****Failure to follow the packaging instructions may result in your company being charged money by the USCG to cover the costs of repackaging the items purchased in this purchase order. Your company may also be charged shipping costs to cover the cost of returning the material to your company for repackaging. Please pay close attention to the desired delivery dates for each item. If you can not meet the delivery date please provide new dates. **** (vi) CONTRACTOR SHALL CONFORM TO THE FOLLOWIING PACKAGING, AND MARKING INSTRUCTIONS. PACKAGING SPECIFICATIONS: THE ACCEPTABLE METHOD OF THE PACKAGE IS COMMERCIAL PACKAGING, DEFINED AS THE WAY ITEMS ARE PACKAGED, SOLD, AND SHIPPED TO THE PUBLIC OVER THE COUNTER. ITEMS WITH A UNIT OF PURCHASE / ISSUE OF "EACH" CAN BE PACKAGED IN MULTIPLES PER BOX, CARTON, OR CONTAINER PROVIDED THE FOLLOWING MARKING REQUIREMENTS ARE MET: MARKINGS: ALL PACKAGES, BOXES OR CONTAINERS SHALL BE CLEARLY MARKED / LABELED IN CLEAR LETTERING WITH THE FOLLOWING NOMENCLATURE: COAST GUARD 13 DIGIT STOCK NUMBER, MFG PART NUMBER, CAGE CODE (IF KNOWN), PURCHASE ORDER / CONTRACT NUMBER, UNIT OF ISSUE, QUANTITY PER BOX, CARTON, OR CONTAINER AND ANY OTHER ADDITIONAL MARKING AS DIRECTED BY PROCUREMENT AGENT. PREPARATION FOR DELIVERY All material shipped to the U.S. Coast Guard, Surface Forces Logistics Center, Bldg. 88, Receiving Room, 2401 Hawkins Point Road, Baltimore, MD. 21226, on this purchase order, must be accompanied by an itemized packing list securely attached to the outside of the package. All packing lists shall cite the Purchase Order Number with the package in such a manner as to provide identification. Material shall be packed for shipment in such manner as to afford adequate protection to the item against corrosion, deterioration, and physical damage during shipment from the supply course to Surface Forces Logistics Center locations. Package shall all provide adequate protection for warehouse storage and multiple shipments. All packages shall have the Purchase Order Number, Stock number (if applicable) and Vendor name and Part Number clearly marked on the exterior of the package. All deliveries are to be made Monday through Friday between the hours of 7:00 A.M. and 1 P.M. Please direct all payment and invoicing inquiries to the U.S. Coast Guard FINCEN, Customer Service @ Telephone number 757-523-6940 or Fax No. 757-523-6906 or email address FIN-SMB-YARDTEAM@USCG.MIL. **ELECTRONIC INVOICING** http://www.fincen.uscg.mil/secure/web invoices cgyard.htm (vii) Place of Delivery is: USCG Surface Forces Logistics Center, Receiving Dept Bldg 88, 2401 Hawkins Point Road, Baltimore, MD 21226. **** Please quote prices FOB Destination. **** (viii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (Jul 2013). 1. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: a) company's complete mailing and remittance addresses, b) discounts for prompt payment if applicable c) cage code, d) Dun & Bradstreet number, e) Taxpayer ID number. f) Pricing and Delivery Information, g) If NOT registered in System for Award Management (SAM), Offerors shall include a completed copy of the provision at 52.212-3 - Offeror Representations and Certifications-Commercial Items with their offer. (ix) 52.212-2 Evaluation-Commercial Items (Jan 1999). - The evaluation and award procedures in FAR 13.106 apply. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the lowest technically acceptable. This is a commercial item acquisition. Award will be lowest technically acceptable. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jul 2013) with Alt 1 included are to be submitted with your offers. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jul 2013) applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Jul 2013). The following clauses listed in 52.212-5 are incorporated: a. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). b. 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). (ii) Alternate I (Oct 1995) of 52.219-6. (iii) Alternate II (March 2004) of 52.219-6. c. 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632 (a)(2)). d. 52.222-3 Convict labor (June 2003) (E.O. 11755) e. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (EO 11755) f. 52.222-21 Prohibition of Segregated Facilities (Feb 1999) g. 52.222-26 Equal Opportunity (March 2007)(E.O. 11246) h. 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). i. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). j. 52.222-50 Combating Trafficking in Persons (Feb. 2009) k. 52.225-3, Buy American Act-Free Trade Agreements- Israeli Trade Act (Jun 2012) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182- Pub. L. 108-77, 108-78, 108-286, 108-301, 109-53, 109-169, 109-283, and 110-138, 112-41, 112-42 and 112-43). l. 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). m. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(31.S.C. 3332). n. 52.233-3 Protest after award (Aug. 1996.) o. 52.233-4 Applicable Law for Breach of Contract Chain (Oct.2004). (xiii) See required documents for scanned copies of each item requested. (xiv) Defense Priorities and Allocations System (DPAS): N/A (xv) QUOTES ARE DUE COB AT 3:00 PM EST ON 08/16/2013. Quotes may be emailed to Kim.J.Wooters@uscg.mil or faxed (410) 762-6008. (xvi) POC is Kimberly Wooters, Purchasing Agent, 410-762-6508.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-13-Q-61086/listing.html)
- Place of Performance
- Address: United States
- Record
- SN03141336-W 20130809/130808000633-585d52368ae6fcab09730c5b8da35d51 (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 |