Federal Bid

Last Updated on 25 May 2010 at 5 PM
Combined Synopsis/Solicitation
Portsmouth Rhode island

Fiberglass Grating

Solicitation ID HSCG27-10-Q-3JL387
Posted Date 29 Apr 2010 at 6 PM
Archive Date 25 May 2010 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Uscg Airsta/ Sfo Port Angeles
Agency Department Of Homeland Security
Location Portsmouth Rhode island United states

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 included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.
HSCG27-10-Q-3JL387 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-37. This is a Total Small Business Set Aside procurement. The applicable NAICS code is 423390 and the small business size standard is 100 employees. The FOB Destination delivery is to: USCG BSU Portsmouth (Ind), 4000 Coast Guard Blvd, Portsmouth, VA 23703 on or before 11 June 2010. Offers are due at: USCG BSU Portsmouth, 4000 Coast Guard Blvd, Portsmouth VA 23703-2199, by the Close of Business on 6 May 2010. Questions may be directed to John Lukondi, telephone 757-483-8555, or email [email protected].

The USCG BSU Portsmouth has a requirement to purchase:

A) Qty: 39 ea - Fiberglass grating, Type PVI-10-60-DG-G putruded grating (or equivalent). Color: Grey with gritted top surface and flush top tie bars, bearing bars on 1.50 inch OC. Cross bars on 6 inch OC. (4 ft X 20 ft panels)

B) Qty: 500 ea - Type M Stainless Steel Clips

Unit POC for technical questions: John Newins (757) 483.8733

Company's quotes should include:
(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, availability 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(j) 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);
(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. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration;
(12) Company Tax Information Number and DUNS Number.
All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Quotes may be mailed, faxed or emailed.

The following FAR provisions/clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far.
FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008); there are no addenda to this provision.
FAR 52.212-2 Evaluation-Commercial Items-Pricing (Jan 1999) is incorporated and the evaluation criteria will be pricing & delivery.
FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jun 2009) with Alt 1 must be included with your offer.
FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009); there are no addenda to this clause.
FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Jun 2009).
The following clauses listed in 52.212-5 are incorporated, if any: 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003)(15 U.S.C. 644); 52.222-3 Convict Labor (Jun 2003) (E.O. 11755); 52.222-19, Child Labor - Cooperation with Authorities and Remedies (Feb 2008)(E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007)(E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Sep 2006)(29 U.S.C. 793); 52.222-36 Affirmative Action for Workers with Disabilities(Jun 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Sep 2006)(38 U.S.C. 4212); 52.222-41;52.222-50 Combating Trafficking in Persons (Feb 2009)(22 U.S.C. 7104(g)); 52.223-15 Energy Efficiency in Energy Consuming Products (Dec 2007)(42 U.S.C. 8259b); 52.225-1 Buy American Act - Supplies (Feb 2009)(41 U.S.C. 10a-10d); 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Jun 2009); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)(E.O. 12722, 12724,13059, 13067, 13121, and 13129); 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21 U.S.C. 3332).

The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.

 

 

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 19 Jul 2016 at 10 PM
New jersey 13 Feb 2020 at 5 AM
Hill air force base Utah 19 Jan 2011 at 11 PM
Massachusetts 05 May 2021 at 3 AM
River Kentucky 02 Mar 2005 at 5 AM

Similar Opportunities

Nebraska 31 Jan 2026 at 5 AM
Pennsylvania 07 Jul 2025 at 4 AM (estimated)
Pennsylvania 07 Jul 2025 at 4 AM (estimated)
Tulsa Oklahoma 02 Oct 2025 at 4 AM (estimated)
Tulsa Oklahoma 02 Oct 2025 at 4 AM (estimated)