SOLICITATION NOTICE
20 -- Floating Marines Fenders Netless Foam-Style Filled
- Notice Date
- 5/12/2022 10:05:22 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 326160
— Plastics Bottle Manufacturing
- Contracting Office
- CEU PROVIDENCE(000G1) WARWICK RI 02886 USA
- ZIP Code
- 02886
- Solicitation Number
- 70Z0G122QABCD0MM3
- Response Due
- 5/16/2022 11:00:00 AM
- Archive Date
- 05/31/2022
- Point of Contact
- Mona Morin, Phone: 4017361765, Fax: 4017361704
- E-Mail Address
-
mona.morin@uscg.mil
(mona.morin@uscg.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- ***********Amendment 03 to this combined Synopsis/Solicitation for Commercial Item, Floating Marine Fenders, Netless Foam-Style Filled has been modified.� Line Item 0001 is hereby modified to include additional information to the description of this requirement, and to add the Solicitation RFI/Question Listing, dated 05/12/2022.� Change the description of Line Item 0001 to read as follows: ""Line Item 0001- four (4) each, Marine Fenders --� Netless style foam-filled floating marine fenders (standard capacity), 6ft diameter x 12ft long, to include steel swivel end fittings, shackles and chains.� Fenders are to be hung by a 2 Point Hanging System.� Contractor is responsible to supply ALL mounting hardware, such as, heavy-duty chains, shackles, and swivels for each of the four (4) fenders, thus, resulting in four (4) fully functional marine fenders.� Shackles (4 for each fender) will connect chains to swivel end fittings and dock for each of the four (4) fenders.� Shackle size (for all 4 fenders) is 1.5 inches (38mm) each.� Each chain (2 per fender) will be 8ft in length and 1.5 inches (38mm).� The floating fenders must be rugged and burst-resistant.� Fenders must meet current World Association for Waterborne Transport Infrastructure, PIANC guidelines. Color:� Black.""� �Add Solicitation RFI/Question Document, dated 05/12/2022, which is hereby included by referenced to the soliciation.� �All other requirements listed in the original notice remain unchanged and in full effect.************* **********Amendment 02 to this combined Synopsis/Solicitation for Commercial Item, Floating Marine Fenders, Netless Foam-Style Filled has been modified to include the following information:� Fender is to be hung by 2 Point Hanging System, and chains are 8 foot each. Color:� Black (see below for full description to include Amendments 01 and 02. ***********Amendment 01 to This combined Synopsis/Solicitation for Commercial Item, Floating Marine Fenders, Netless Foam-Style Filled.� Description modified to read as follows:� Line Item 0001- four (4) each, netless style foam- filled floating marine fenders (standard capacity), 6ft diameter x 12ft long, with steel swivel end fittings.� Contractor to supply ALL mounting hardware, such as wire rope, heavy-duty chain, shackles to connect to swivel end fittings for each of the four (4) each fenders. The floating fender must be rugged and burst-resistant.� Fenders must meet current World Association for Waterborne Transport Infrastructure, PIANC guidelines. **************� All other requirements listed in the original notice remain unchanged and in full effect.************* This is a combined Synopsis/Solicitation for commercial items prepared in accordance with the format in Subpart 12.6 and FAR 13, 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. Solicitation Number: 70Z0G122QABCD0MM3 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect thru Federal Acquisition Circular (FAC) 2022-06, effective May 1, 2022. The North American Industry Classification System (NAICS) code is 326150, and the small business size standard is 750 employees. This is a small business set-aside. The U.S. Coast Guard has a requirement to procure the following: Line Item 0001- four (4) each, netless style foam- filled floating marine fenders (standard capacity), 6ft diameter x 12ft long, with steel swivel end fittings, to include heavy-duty chain that connects the swivel end fittings. Fenders are to be hung by 2 Point Hanging System, and chains shall be 8ft in lenth each.�Contractor is responsible to supply ALL mounting hardware, such as wire rope, heavy-duty chain, shackles to connect to swivel end fittings for each of the four (4) each fenders. The floating fender must be rugged and burst-resistant.� Fenders must meet current World Association for Waterborne Transport Infrastructure, PIANC guidelines.� Color:� Black The U.S. Coast Guard intends to award a Firm-Fixed Price (FFP) Order/Contract utilizing Simplified Acquisition Procedures (SAP). IMPORTANT NOTICE: FAR 52-232-33, Payment by Electronic Funds Transfer � System for Award Management is a mandatory requirement for contractors to be registered at http://bet.SAM.gov. CONTRACTORS MAY REGISTER ON-LINE IF NOT ALREADY REGISTERED.� AWARD CANNOT BE MADE UNLESS REGISTERED. REQUEST ALL PRICING TO BE QUOTED AS FOB DESTINATION Newport, Rhode Island 02841. All items will be delivered to the following address: Newport Naval Base, U.S. Coast Guard, Pier 2, USCG MAT Building, Naval Station Newport, Newport, RI 02841. �Delivery date required is NOT LATER THAN� 27 June 2022 ARO.� The following FAR provisions and clauses apply to this solicitation: FAR 52.252-2 Clauses Incorporated by Reference; FAR 52.212-1 Instructions to Offerors-Commercial Items; FAR 52.212-2, Evaluation-Commercial Items, Evaluation criteria (factors) are price and delivery date;� FAR 52.204-8 Annual Representations and Certifications; FAR 52.212-4 Contract Terms and Conditions-Commercial Items; FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items; FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.222-3 Convict Labor; �FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; �FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; FAR 52.225-1 Buy American Act-Supplies; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-1 Payments; FAR 52.232-25 Prompt Payment; FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration; FAR 52.233-1 Disputes; FAR 52.233-3 Protest After Award; FAR 52.233-4 Applicable Law for Breach of Contract Claim; 52.243-1 Changes-Fixed Price; FAR 52.247-34 F.o.b. Destination; FAR 52.249-1 Termination for Convenience of the Government (Fixed- Price); FAR 52.249-8 Default (Fixed Price Supply and Service) The full text of the FAR can be accessed on the Internet at the following: http://www.arnet.gov/far/. In accordance with FAR Case 2002-24, Federal Acquisition Circular (FAC) 2021-26, and FAR Subpart 4.12 - Representations and Certifications, the use of online Representations and Certifications Application (ORCA) has become mandatory as of January 1, 2005. ORCA is available through the Business Partner Network (BPN) at http://www.bpn.gov/. Contractors will use ORCA to electronically submit annual Representations and Certifications (Reps & Certs). Contractors will no longer be required to submit hard copies of their Reps & Certs with each proposal. For contractors to be able to upload their Reps & Certs to ORCA, they must have an active Central Contractor Registration (CCR) record and a Marketing Partner Identification Number (MPIN). Offerors responding to this announcement must include their Dun and Bradstreet (DUNS) number. If Contractors have already uploaded their annual Reps & Certs, please submit a statement with your quotation certifying that the Reps & Certs in ORCA are accurate for this solicitation, or provide the information required in required in FAR 52.212-3 (b) thru (j). The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates. Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar sale, provided such warranty is available at no additional cost to the government. The government will award an order to the responsible Offeror whose offer conforms to this solicitation and will be most advantageous to the government in terms of best value, which could result in an award to other than the low offer. All responsible sources may submit a quote which will be considered by the agency, and evaluated based on best value to the government considering price. INVOICING REQUIREMENTS (FIRM FIXED-PRICE) - Electronic Submission of Payment Requests via Invoice Processing Platform (IPP) Definitions. As used in these instructions � �Payment request� means a bill, voucher, invoice, or request for contract financing payment with associated supporting documentation. The payment request must: comply with the requirements identified in FAR 32.905(b), �Content of Invoices� and the applicable Payment clause included in this contract. In addition, discount offerings and small business status if available shall be stated. If travel was allowable and approved, components in accordance with FAR 31.205-46 shall be provided. Effective November 17, 2021, except as provided in paragraph (c) of this clause, the Contractor shall submit payment requests electronically using the Invoice Processing Platform (IPP). Information regarding IPP, including IPP Customer Support contact information, is available at www.ipp.gov or any successor site. The Contractor may submit payment requests using a method other than IPP only when the Contracting Officer authorizes alternate procedures in writing in accordance with Coast Guard procedures. If alternate payment procedures are authorized, the Contractor shall include a copy of the ������������� Contracting Officer's written authorization with each payment request. Note: ""Scanned invoices for Final Payment shall be accompanied by a fully executed Contractor�s Release, DHS Form 700-3. �All written quotations must be submitted and received at this office on or before 16 May 2022, at 2:00 PM EST. Quotations may NOT be sent via fax. All written quotations must be emailed to Ms. Mona Morin, Contract Specialist, mona.morin@uscg.mil. Please identify the solicitation number in the subject line of your email.� All quotations must include the following information: Company Name; Company Address; Point of Contact; Phone number and E-mail address; business size; Commercial and Government Entity (CAGE) code; Data Universal Numbering System (DUNS number); Tax Identification Number; and beta.SAM.gov status (active / inactive). Please direct all questions regarding this solicitation to Ms. Morin, mona.morin@uscg.mil.� This is NOT a sealed bid advertisement, and quotations will NOT be publicly opened.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/165c95d378774989ab51914d44aaff23/view)
- Place of Performance
- Address: Newport, RI 02841, USA
- Zip Code: 02841
- Country: USA
- Zip Code: 02841
- Record
- SN06325600-F 20220514/220512230106 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |