SOLICITATION NOTICE
99 -- Panel Items - Required Documents
- Notice Date
- 6/11/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 337215
— Showcase, Partition, Shelving, and Locker 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
- 2115405Y152190130
- 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
- Schedule A REQUIRED to be submitted as part of your quote Drawings 1449 Form to be signed and submitted as part of your quote (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; quotes are being requested and a separate written solicitation will not be issued. (ii) Solicitation number 2115405Y152190130 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 2005-82, effective, 6 June 2015. (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(s) for this requirement is/are 238390 and 337215. 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 technically acceptable lowest price. (v) PLACE OF DELIVERY: U.S. Coast Guard, Surface Forces Logistics Center, 2401 Hawkins Point Road, Bldg. 88A Receiving, Baltimore, MD 21226. (vi) The United States Coast Guard Surface Forces Logistics Center has a requirement for the following items: ITEM 1: : PANEL, JOINER Locally Generated Stock Number: 5670-01-LG0-5845 (90130) DESCRIPTION: PANEL, JOINER, 5/8" THK X 48" X 96". ALUMINUM HONEYCOMB 1/4" CELL, PANELS TO BE FACED BOTH SIDES WITH.045" TYPE 6061-T6 ALUMINUM. ADHESIVE IAW MIL-A-25463 CL1 TY1. PANELS TO BE LAMINATED BOTH SIDES WITH ARVEX P DECORATIVE FACING.015: THICK. COLOR TO BE ARVEX FIBERS CASHMERE #71025-153 OR EQUAL. REF NAVSEA 804-4623540 A035 JOINER PANELS MUST BE PACKAGED IN DURABLE WOODEN CRATES SUITABLE FOR STACKING IN STORAGE. PANELS SHALL BE INTERLEAVED WITH PAPER SHEETS AND PACKED TO PROTECT CORNERS AND EDGES FROM DAMAGE AND PROVIDE ADEQUATE PROTECTION DURING MULTIPLE SHIPMENTS AND HEATED WAREHOUSE TERM STORAGE CONDITIONS. CRATES SHALL BE CLEARLY MARKED / LABELED IN CLEAR LETTERING WITH THE FOLLOWING NOMENCLATURE: ITEM NOUN NAME, OUR STOCK NUMBER (13 DIGIT), MFG PART NO., CAGE CODE (IF KNOWN), PURCHASE ORDER / CONTRACT NUMBER, UNIT OF ISSUE, QUANTITY PER CRATE QUANTITY _152_ Unit of Issue: _EA__ UNIT PRICE: ____________ TOTAL:_____________ REQUIRED DELIVERY DATE ON OR BEFORE:____ your soonest____ PROMISED DELIVERY DATE:______________________ ITEM 2 : CHANNEL LOCALLY GENERATED STOCK NUMBER: 5670-01-lg0-5934 (90136) DESCRIPTION: CHANNEL, 3/4" X 1 X 16 GAUGE X 8 FEET LONG, TO ACCOMODATE 5/8" NOMEX PANELS, A1011 STEEL, PRIME PAINTED QUANTITY _221_ Unit of Issue: _EA__ UNIT PRICE: ____________ TOTAL:_____________ REQUIRED DELIVERY DATE ON OR BEFORE:____ your soonest____ PROMISED DELIVERY DATE:______________________ ITEM 3: STIP, FLAT LOCALLY GENERATED STOCK NUMBER: 5670-01-LG-5935 (90137) DESCRIPTION: STRIP, FLAT, 14 GAUGE X 3" WIDE X 8' LONG, TO ACCOMODATE 5/8" NOMEX PANELS, STEEL, ASTM A1011, PRIME PAINTED. QUANTITY _18__ Unit of Issue: _EA__ UNIT PRICE: ____________ TOTAL:_____________ REQUIRED DELIVERY DATE ON OR BEFORE:___ or your soonest____ PROMISED DELIVERY DATE:______________________ ****ALL OR NONE APPLIES TO THIS RFQ***** NOTE: All items are to be individually packed, and marked in accordance with below instructions. EACH ITEM, AS DEFINED BY ITS UNIT OF ISSUE, MUST BE INDIVIDUALLY PACKAGED IN ITS OWN FIBERBOARD SHIPPING CONTAINER. (THE SHIPPING CONTAINER SHALL BE I.A.W. FED. SPEC. ASTM-D5118 AND ASTM-D-1974.) THE COMPLETE LINE ITEM SHALL FIT THE CONTAINER OR BE FITTED WITH SUFFICENT BLOCKING TO PREVENT SHIFTING DURING SHIPPING AND HANDLING. ALL COMPONETS THAT MAKE UP THIS LINE ITEM, INCLUDING MOUNTING HARDWARE MUST BE PLACED IN THE CONTAINER AND SECURED IN SUCH A MANNER THAT PIECES DO NOT BECOME SEPERATED. IN THE EVENT A ITEM (AS DEFINED BY THE UNIT OF ISSUE) WILL NOT PHYSICALLY FIT INTO ONE CONTAINER ADDITIONAL SHIPPING CONTAINERS (MEETING REQTS STATED ABOVE) SHALL BE USED. PRESERVATION: (FOR FINISHED FURINTURE ONLY) THE ONLY PRESERVATION THAT SHOULD BE REQUIRED WOULD BE AS NEEDED TO PROTECT ANY FINISHED SURFACE FROM SCRATCHES OR DAMAGE RESULTING FROM CONTACT WITH INTERNAL BLOCKING OR BRACING OR ANY THING INSIDE THE SHIPPING CONTAINER. MARKING'S: EACH CONTAINER OR BOX SHALL BE MARKED WITH: ITEM NAME, STOCK NO., MFG PART NO. CAGE, CONTRACT NO. AND QUANTITY OF SAME LINE ITEMS PACKED IN THE SAME SHIPPING CONTAINER, AND DATE IN PRINTED BLACK BLOCK LETTERS MIN 1" HIGH. IMPORTANT! EACH ITEM MUST BE INDIVIDUALLY PACKAGED IN ACCORDANCE WITH THE COAST GUARD "UNIT OF ISSUE". ACCEPTABLE METHOD OF THE PACKAGE IS COMMERCIAL PACKAGING, DEFINED AS THE WAY ITEMS ARE PACKAGED, SOLD, AND SHIPPED TO THE PUBLIC OVER THE COUNTER PROVIDING IT IS PACKAGED IAW COAST GUARD "UNIT OF ISSUE". QUANTITIES OF SMALLER ITEMS (BOLTS/SCREWS) CAN BE MULTI-PACKED PROVIDING IT'S CORRECTLY MARKED. OR CONTAINER PROVIDING THE MARKING CLEARLY DISPLAYS THE TOTAL QUANTITY PER PACAKAGE AND THE CG UNIT OF ISSUE. GOVERNMENT ACCEPTANCE: Acceptance will be made at destination by a Government representative. Acceptance will be contingent upon the representative's verification of no damage in transit, correctness and completeness of order. (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. 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (May 2015) (a) The Contractor shall comply with the following Federal Acquisition Regulation (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) 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Dec 2014) (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: ___ (4) 52.204-10, Reporting Executive compensation and First-Tier Subcontract Awards (Jul 2013) (Pub. L. 109-282) (31 U.S.C. 6101 note). ___ (8) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Aug 2013) (31 U.S.C. 6101 note). ___ (22) 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632(a)(2)). ___ (25) 52.222-3, Convict Labor (June 2003) (E.O. 11755). ___ (26) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). ___ (27) 52.222-21, Prohibition of Segregated Facilities (Apr 2015). ___ (28) 52.222-26, Equal Opportunity (Apr 2015) (E.O. 11246). ___ (29) 52.222-35, Equal Opportunity for Veterans (Jul 2014) (38 U.S.C. 4212). ___ (30) 52.222-36, Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). ___ (31) 52.222-37, Employment Reports on Veterans (Jul 2014) (38 U.S.C. 4212). ___ (33) (i) 52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O. 13627). ___ (40) 52.223-18, Encouraging Contractor Policies to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). ___ (41) 52.225-1, Buy American--Supplies (May 2014) (41 U.S.C. chapter 83). ___ (42) (i) 52.225-3, Buy American--Free Trade Agreements--Israeli Trade Act (May 2014) (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, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42, and 112-43). ___ (44) 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). ___ (50) 52.232-33, Payment by Electronic Funds Transfer- System for Award Management (Jul 2013) (31 U.S.C. 3332). Quotes are due by 21 June 2015 @ 12:00 PM EST. Questions and quotes may 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 15 June 2015 @ 12:00 AM.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/2115405Y152190130/listing.html)
- Place of Performance
- Address: 2401 Hawkins Point Rd., Baltimore, Maryland, 21122, United States
- Zip Code: 21122
- Zip Code: 21122
- Record
- SN03761477-W 20150613/150611235309-c312e5cca0dfdfedc611f56584cfaaf5 (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 |