Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 22, 2017 FBO #5873
SOLICITATION NOTICE

20 -- ROCKWELL SHIP SET - J&A

Notice Date
12/20/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
335312 — Motor and Generator Manufacturing
 
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
70Z080-18-Q-P45632
 
Archive Date
1/18/2018
 
Point of Contact
Viki Frey, Phone: 7576284642, Garth Gobbell, Phone: 7576284631
 
E-Mail Address
viki.j.frey@uscg.mil, garth.c.gobbell@uscg.mil
(viki.j.frey@uscg.mil, garth.c.gobbell@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
J&A 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 70Z080-18-Q-P45632. This number is for tracking purposes only. Solicitation documents and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-96. This procurement will be processed in accordance with FAR Part 12. The North American Industry Classification System (NAICS) is 335312. The Small Business Administration (SBA) size standard is 1,250 employees. Due to this acquisition being a Brand Specific, Sole Source Procurement it is not anticipated by the Contracting Officer that the number of responses to this RFQ will provide ample responses to warrant a Small Business Set-A-Side, therefore in accordance with FAR 19.502-2(a) this IS NOT A 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 for Ship Sets to the OEM Rockwell Automation, Mayfield Heights, Ohio 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 these items. 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 in accordance with the Schedule B by 3 JANUARY 2018 at 5:OO pm 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 Viki Frey at email address Viki.J.Frey@uscg.mil. SCHEDULE B: Line Item 1: One (1) each: One (1) ship set consisting of one (1) each IO drops R1USU00116-0001, 0002, 0003, 0004 and 0005. Built to Rockwell Automation drawing numbers: C-R1USU0016-0001-01.dwg C-R1USU0016-0002-01.dwg C-R1USU0016-0003-01.dwg C-R1USU0016-0004-01.dwg C-R1USU0016-0005-01.dwg All boxes to consist of the following components: Two (2) each: 24x2410, drip proof, hinged Three (3) each: 24x30x10, drip proof, hinged Six (6) each: Harness, ACN (IF16) Two (2) each: Harness, IAN (IA161) Four (4) each: Harness, IANI (IA161) One (1) each: 1756-CN2R-I One (1) each: 1756-EN2T-I Three (3) each: 1492-SPM2C020 Five (5) each: 1492-SPM2C040 PROVISIONS / CLAUSES: The following FAR Clauses and Provisions apply to this acquisition: FAR 52.212-1 - Instructions to Offerors - Commercial Items (Jan 2017) 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 2017) to include Alt I (Oct 2014). Offeror is to complete the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov. FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Jan 2017) with the following addenda's. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Nov 2017) 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 (Oct 2016). 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 (Oct 2016) FAR 52.222-21 - Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26 - Equal Opportunity (Sep 2016) 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 (Feb 2016) (38 U.S.C. 4212) FAR 52.222-50 - Combating Trafficking in Persons (Mar 2015) FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-1 - Buy American Supplies (May 2014) FAR 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33 - Payment by Electronic Funds Transfer - Systems for Award Management (Jul 2013) FAR 52.233-3 - Protest After Award (Aug 1996) FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004) *The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far. NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a) Prospective contractors shall complete electronic annual representations and certifications at ORCA accessed via https://www.acquisition.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies. JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION: Uploaded separately.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/70Z080-18-Q-P45632/listing.html)
 
Place of Performance
Address: US COAST GUARD YARD, 2401 HAWKINS POINT RD., CURTIS BAY, Maryland, 21266, United States
Zip Code: 21266
 
Record
SN04772446-W 20171222/171220231207-2e5ebcc6df8e86a335c674e6a327a19f (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.