SPECIAL NOTICE
16 -- HELO HANGAR CURTAIN ASSY JOTFOC - JOTFOC
- Notice Date
- 1/27/2016
- Notice Type
- Special Notice
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
- ZIP Code
- 23510-9102
- Solicitation Number
- HSCG80-16-Q-P45968
- Archive Date
- 1/29/2016
- Point of Contact
- Jacqueline D. Handley, Phone: 7576284660
- E-Mail Address
-
jacqueline.D.Handley@uscg.mil
(jacqueline.D.Handley@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- JOTFOC 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 in this notice. This solicitation is issued as a Request for Quote Number HSCG80-16-Q-P45968. This number is for tracking purposes only. Solicitation documents and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-85. This procurement will be processed in accordance with FAR Part 12. The North American Industry Classification System (NAICS) is 336611. The Small Business Administration (SBA) size standard is $1,000. This IS a Total Small Business Set-A-Side. Per FAR 6.302-1, the USCG Surface Forces Logistics Center located in Norfolk, Virginia intend to award a Firm Fixed Price (FFP) Purchase Order to Federal Equipment Co, 5298 River Road, Cincinnati, OH 45233 on a Sole Source Basis. See the Justification for Other Than Full and Open Competition (JOTFOC) and Schedule B below. NOTE: The USCG/Government reserves the right to Award on an All or None Basis that is the Governemnt may issue a Purchase Order (PO) to the Offeror that submits the lowest aggregate price rather than issue a Purchase Order to each Offeror on the basis of the lowest Quotation on each item. The USCG/Government does not own nor can they obtain specifications, drawings, plans or other technical data for this item. Requests for specifications and drawings will be disregarded. The USCG/Government intends to award a contract resulting from this solicitation to the responsible bidder proposal conforming to the solicitation which will be most advantageous and the Best Value to the Government, price and other factors considered. PLEASE NOTE: Interested Offeror's are to provide Firm Fixed Price proposals for line item 1 by January 28, 2016 at 3:00 P.M. EST. Firm Fixed Price 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. Email quotes are acceptable and should be sent to POC Jackie Handley at email address jacqueline.d.handley@uscg.mil. SCHEDULE B: Line Item 1: P/N H0366 New Helo Hangar Curtain Assy 1 Each Required No Later Than February 19, 2016. PROVISIONS / CLAUSES: The following FAR Clauses and Provisions apply to this acquisition: FAR 52.212-1 - Instructions to Offerors - Commercial Items (Oct 2015) FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014) Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, past performance and quality. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Nov 2015) to include Alt I (Oct 2014). These certifications must be included with quote and can be accessed and downloaded via FedBizOpps with this RFQ. Contractors are encouraged to submit through https://www.uscontractorregistration.com. FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (May 2015) with the following addenda's. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2016) FAR 52.219-6 - Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 - System for Award Management (Jul 2013). Contractors are located and identified in SAM by their DUNS number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A DUNS number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov. The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to this awarded contract. FAR 52.222-3 - Convict Labor (Jun 2003) FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies (Jan 2016) FAR 52.222-21 - Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26 - Equal Opportunity (Apr 2015) FAR 52.222-35 - Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212) FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) FAR 52.222-37 - Employment Reports on Veterans (Oct 2015) (38 U.S.C. 4212)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-16-Q-P45968/listing.html)
- Place of Performance
- Address: CGC Mohawk, C/o USCG Sector Key West FL, 100 Trumbo Point Road, Key West, Florida, 33040, United States
- Zip Code: 33040
- Zip Code: 33040
- Record
- SN04002761-W 20160129/160127234633-328d27586342e0f6c866fa8b16266fe5 (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 |