MODIFICATION
71 -- SHIPBOARD STORAGE/WORKCENTERS
- Notice Date
- 2/6/2018
- Notice Type
- Modification/Amendment
- NAICS
- 332999
— All Other Miscellaneous Fabricated Metal Product 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
- 70Z08518QMNB01
- Point of Contact
- Benjamin R. Reedy, Phone: 5104375757, JOHN R. FULLWOOD, Phone: 510-437-5757
- E-Mail Address
-
Benjamin.R.Reedy@uscg.mil, JOHN.R.FULLWOOD@USCG.MIL
(Benjamin.R.Reedy@uscg.mil, JOHN.R.FULLWOOD@USCG.MIL)
- Small Business Set-Aside
- Total Small Business
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005 96 (Sep 2017) and 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. The NAICS code for this solicitation is 332999 and the business size standard is 750. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.106. The U.S. Coast Guard intends to award on an all or none basis to a responsible offeror conforming to the requirements of this solicitation and offering the lowest price. The Coast Guard intends to award on a Firm Fixed Price Contract. Payment will be made via Government Purchase Card. Offers shall be FOB Destination PART 1 SCHEDULE SECTION C STATEMENT OF WORK DEPARTMENT OF HOMELAND SECURITY U. S. COAST GUARD CGC MUNRO (WMSL-755) 1 EAGLE RD. ALAMEDA, CA STATEMENT OF WORK FOR SHIPBOARD MODULAR STORAGE AND WORKCENTERS BACKGROUND: CGC Munro (WMSL 755) requires a variety of upgrades to its current storage/work center configurations. OBJECTIVE : To enable its crewmembers to maximize the utility of limited space and working areas. PERFORMANCE PERIOD : Delivery NLT 60 Days ARO WORK REQUIREMENTS : All Cabinet Sets (1-3) shall match the configurations listed below. Proposed item dimensions shall match or be within the dimensions listed in each set below. Stanley Vidmar part numbers have been provided for ease of cross referencing. Products offered are to be Stanley Vidmar brand or equivalent. Additional features required for set 1: -Each Cabinet shall have a built in heavy duty l ock with tubular key for right hand operation. -Each drawer shall have lock-in/lock-out latches for right hand operation. -Color for all cabinets and book case are requested to be Bright Blue in color. Colors will be confirmed with customer prior to finalizing order -Each Book case must come with a minimum of two adjustable shelves. -Counter tops must be made of 100% hardwood, butcher block style, no Laminate Materials. SET 1: Cabinet 1: 37” H x 30” W x 27 ¾” D. 6 Drawers from TOP to BOTTOM as follows: Drawers 1-4: 3 7/8” H 20 compartments per drawer each measuring 4 ¼” x 6 1/8” (LD68) Drawers 5-6: 5 3/8” H 16 compartments per drawer each measuring 5 7/8” x 6 1/8” (LD88) Cabinet 2: 37” H x 30” W x 27 ¾” D 5 Drawers from TOP TO BOTTOM as follows: Drawer1: 2 ¼” H 24 compartments each measuring 3 ½” x 6 1/8” (LD58) Drawers 2-3: 3 7/8” H 20 compartments per drawer each measuring 4 ¼” x 6 1/8” (LD68) Drawer 4: 5 3/8” H 16 compartments each measuring 5 7/8” x 6 1/8” (LD88) Drawer5: 11 ¾” H 8 Compartments each measuring 12 ¼” x 6 1/8” (LD168) Cabinet 3: 30” H x 30” W x 27 ¾” D 3 Drawers from TOP TO BOTTOM as follows: Drawer 1: 4 5/8” H 20 compartments each measuring 4 ¼” x 6 1/8” (LD68) Drawer 2: 8 ½” H 12 compartments each measuring 7 ½: x 6 1/8” (LD108) Drawer 3: 8 ½” H 8 compartments each measuring 12 ¼” x 6 1/8” (LD168) Cabinet 4: 44” H x 30” W x 27 ¾” D 4 Drawers from TOP TO BOTTOM as follows: Drawer 1: 6 ¼” H 16 compartments each measuring 5 7/8” x 6 1/8” (LD88) Drawer 2: 7” H 12 compartments each measuring 7 ½" x 6 1/8” (LD108) Drawer3: 8 ½” H 12 compartments each measuring 7 ½" x 6 1/8” (LD108) Drawer 4: 13 ¼” H Hanging File Guides, Letter size, Pendaflex Separator (PS70) Cabinet 5: 44” H x 30” W x 27 ¾” D 4 Drawers from TOP TO BOTTOM as follows: Drawer 1: 6 ¼” H 16 compartments each measuring 5 7/8” x 6 1/8” (LD88) Drawer 2: 7” H 12 compartments each measuring 7 ½" x 6 1/8” (LD108) Drawer 3: 8 ½” H 12 compartments each measuring 7 ½" x 6 1/8” (LD108) Drawer 4: roll out tray for printer (RS90) Roll Out steel tray/shelf 1 ¾” Painted Steel, Enclosed corners (ST90) Book Case 1: 30” H x 14” D x 30” W Side Hinged Double Door Book Case 2: 45” H X 14” D x 44” W Hard wood tops: 2 each, 60”L x 30” W x 1 ¾” 1 each, 90” L x 30” W x 1 ¾” Additional features required for Set 2: -Each Cabinet shall have a built in heavy duty l ock with tubular key for right hand operation. -Each drawer shall have lock-in/lock-out latches for right hand operation. -Color for all cabinets are requested to be grey in color. Colors will be confirmed with customer prior to finalizing order Cabinet 1: 36" wide x 24" deep x 34" High 7 Drawers from TOP TO BOTTOM as follows: 6 Drawers @ 4" Face Height (3" Usable) with NO Compartments 1 Drawers @ 6" Face Height (5" Usable) with NO Compartments Cabinet 2 : 54" wide x 24" deep x 44" Overall High with 7 Drawers from TOP TO BOTTOM as follows: 1 Drawers @ 4" Face Height (3" Usable) with NO Compartments 6 Drawers @ 6" Face Height (5" Usable) with NO Compartments Additional features required for Set 3: -Cabinet shall have a built in heavy duty l ock with tubular key for right hand operation. -Each drawer shall have lock-in/lock-out latches for right hand operation. -Color for all cabinets are requested to be bright blue in color. Colors will be confirmed with customer prior to finalizing order -Counter tops must be made of 100% hardwood, butcher block style, no Laminate Materials Bookcase: 44” H x 48” W x 24” D 4 Adjustable shelves with lip on each shelf 1” Butcher Block on top Cabinet with Shelves: 44” H x 36” W x 24” D 4 Fixed shelves on the interior 8” apart Side Hinged Double Door 1” Butcher Block on top PART II SOLICITATION/ CONTRACT CLAUSES SECTION I PROVISIONS 25.1103 Other provisions and clauses. (a) Restrictions on certain foreign purchases. Insert the clause at 52.225-13, Restrictions on Certain Foreign Purchases, in solicitations and contracts, unless an exception applies. (b) Translations. Insert the clause at 52.225-14, Inconsistency Between English Version and Translation of Contract, in solicitations and contracts if anticipating translation into another language. (c) Foreign currency offers. Insert the provision at 52.225-17, Evaluation of Foreign Currency Offers, in solicitations that permit the use of other than a specified currency. Insert in the provision the source of the rate to be used in the evaluation of offers. (d) The contracting officer shall include in each solicitation for the acquisition of products or services (other than commercial items procured under Part 12 ) the provision at 52.225-20, Prohibition on Conducting Restricted Business Operations in Sudan—Certification. (e) The contracting officer shall include in all solicitations the provision at 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications. CLAUSES The following Clauses applicable to this solicitation and the resulting award are incorporated by reference: 52.202-1 Definitions. 52.203-5 Covenant Against Contingent Fees. 52.203-6 Restrictions on Subcontractor Sales to the Government. 52.203-7 Anti-Kickback Procedures. 52.203-17 Contractor Employee Whistleblower Rights and Requirement To Inform Employees of Whistleblower Rights. 52.212-1 -- Instructions to Offerors -- Commercial Items 52.219-6 Notice of Total Small Business Set-Aside 52.222-19, Child Labor-Cooperation with Authorities and Remedies (FEB 2016) (E.O. 13126). 52.225-13 Restrictions on Certain Foreign Purchases. 52.232-1 Payments. 52.232-18 AVAILABILITY OF FUNDS (APR 1984) 52.232-39 Unenforceability of Unauthorized Obligations. 52.233-3 Protest after Award. 52.233-4 Applicable Law for Breach of Contract Claim. 52.244-6 Subcontracts for Commercial Items. FULL TEXT CLAUSES None Applicable to this solicitation and/or the resulting award. ADDITIONAL CLAUSES: THE FOLLOWING DEPARTMENT OF HOMELAND SECURITY ACQUISITION REGULATION CLAUSES ARE HEREBY INCORPORATED This contract incorporates the following clauses by reference with the same force and effect as if they were given in full text. The full text of a clause may be accessed electronically at this address: http://www.dhs.gov/xlibrary/assets/opo_hsar_jun_2006.pdf HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (JUN 2006) NOTICE FOR FILING AGENCY PROTESTS It is the policy of the United States Coast Guard (USCG) 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 Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG 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 a specific USCG 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 USCG 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 in FAR 33.103. 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 submitted to: Department of Homeland Security United States Coast Guard (CG-9131) Ombudsman Program for Agency Protests 1900 Half Street, SW, Room 11-0602 Washington, D. C. 20593-0001 FAX: 202.475.3904 The Ombudsman Hotline telephone number is 202.372.3695. PART III LIST OF DOCUMENTS, EXHIBITS, & OTHER ATTACHMENTS PART IV REPRESENTATIONS & INSTRUCTIONS SECTION K REPRESENTATIONS, CERTIFICATIONS & OTHER STATEMENTS 52.204-19 Incorporation by Reference of Representations and Certifications. 52.225-25 Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran—Representation and Certifications SECTION L INSTRUCTION, CONDITIONS, & NOTICES TO OFFERORS OR QUOTERS OFFERS ARE DUE BY 19FEB18, 1000 PST. LATE OFFERS WILL NOT BE CONSIDERED FOR AWARD. 52.212-2 Evaluation—Commercial Items. Evaluation—Commercial Items (Oct 2014) 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 shall be used to evaluate offers: LOWEST PRICE (b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer’s specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) Submit offers to the following mailing address, or e-mail address,by the offer due date and time. CONTRACTING OFFICER U. S. COAST GUARD CGC MUNRO (WMSL-755) 1 EAGLE RD. ALAMEDA, CA Primary Phone: 510-437-5757 x 7115 Benjamin.R.Reedy@uscg.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/70Z08518QMNB01/listing.html)
- Place of Performance
- Address: U. S. COAST GUARD, CGC MUNRO (WMSL-755), 1 EAGLE RD., ALAMEDA, California, 94501, United States
- Zip Code: 94501
- Zip Code: 94501
- Record
- SN04811429-W 20180208/180206231126-6e1b2e1943c575a7ef731d84d201e76a (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 |