Federal Bid

Last Updated on 23 Oct 2014 at 9 AM
Combined Synopsis/Solicitation
Baltimore Maryland

Joiner Panels

Solicitation ID 2114404Y152187883
Posted Date 01 Oct 2014 at 5 PM
Archive Date 23 Oct 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Sflc Procurement Branch 3(00040)
Agency Department Of Homeland Security
Location Baltimore Maryland United states
(i) This is a combined synopsis/solicitation for commercial item contract, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued.
(ii) Solicitation number 2114404Y152187883 applies, and is issued as a Request for Quotation.
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76 (JUL 2014).
(iv) This procurement is 100% set aside for small business. The North American Industry Classification System (NAICS) code is 332999 and the business size standard is 500 employees. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract.

ITEM 0001, PANEL, JOINER, 5/8" THK X 48" X 96". ALUMINUM
HONEYCOMB 1/4" CELL, PANELS TO BE FACED BOTH
SIDES WITH .045" TYPE 6061-T6 ALUMINUM.
ADHESIVE IAW MIL-A-25463 CL1 TY1. PANELS TO BE
LAMINATED BOTH SIDES WITH ARVEX P DECORATIVE
FACING .015: THICK. COLOR TO BE ARVEX FIBERS
CASHMERE #71025-153 OR EQUAL.
REF NAVSEA 804-4623540

PACKAGING REQUIREMENTS: JOINER PANELS MUST BE PACKAGED IN DURABLE
WOODEN CRATES SUITABLE FOR STACKING IN STORAGE. PANELS SHALL BE INTERLEAVED WITH PAPER SHEETS AND PACKED TO PROTECT CORNERS AND
EDGES FROM DAMAGE AND PROVIDE ADEQUATE PROTECTION DURING MULTIPLE SHIPMENTS AND HEATED WAREHOUSE TERM STORAGE CONDITIONS. CRATES SHALL BE CLEARLY MARKED IN CLEAR LETTERING WITH THE FOLLOWING NOMENCLATURE: ITEM NOUN NAME, OUR STOCK NUMBER (13 DIGIT), MFG PART NO., CAGE CODE, PURCHASE ORDER NUMBER, UNIT OF ISSUE, QUANTITY PER CRATE.


Quantity: 152 EA Delivery date: 12/30/2014


(i) Place of Delivery is: USCG YARD, 2401 Hawkins Point Road, RECEIVING ROOM, Bldg 88, Baltimore, MD 21226.
**** Please quote prices FOB Destination. ****
(ii) The following FAR 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 (APR 2014). 1. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: a) company's complete mailing and remittance addresses, b) discounts for prompt payment if applicable c) cage code, d) Dun & Bradstreet number, e) Taxpayer ID number.
f) Offerors shall agree to the delivery condition by the government.
Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. If any offeror is registered in ORCA, verification by the applicable vendor is needed to evidence that the record is current and valid.
(iii) 52.212-2 Evaluation-Commercial Items (Jan 1999). - Delivery, pricing and relevant past performance are the evaluation factors. This is a commercial item acquisition. Award will be made to lowest cost technically acceptable. All evaluation factors will be considered as delivery is an important as cost. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the lowest cost technically acceptable. The evaluation and award procedures in FAR 13.106 apply.
(iv) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2013) with Alt 1 included are to be submitted with your offers.
(v) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (JAN 2014) applies to this acquisition.
(vi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Jan 2014). The following clauses listed in 52.212-5 are incorporated:
a. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) (Pub.L. 109-282)(31 U.S.C. 6101 note).
b. 52.204-99, System for Award Management Registration (Aug 2012) (DEVIATION)
c. 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).
d. 52.219-28, Post Award Small Business Program Rerepresentation (Apr
2009) (15 U.S.C. 632 (a)(2).
e. 52.222-3 Convict labor (June 2003) (E.O. 11755)
f. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (EO 11755)
g. 52.222-26 Equal Opportunity (March 2007)(E.O. 11246)
h. 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793).
i. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).
j. 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
k. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(31.S.C. 3332).
l. 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).
m. 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.).
n. 52.233-3 Protest after award (Aug. 1996.)
o. 52.233-4 Applicable Law for Breach of Contract Chain (Oct.2004).
(vii) Defense Priorities and Allocations System (DPAS): N/A
(viii) QUOTES ARE DUE BY 12:00 NOON EST on Friday, 08 October 2014. Quotes may be faxed (410) 762-6008 or preferred method email to [email protected]
(ix) POC is Brandie Dunnigan, Procurement Agent, 410-762-6446.

Bid Protests Not Available

Similar Past Bids

Location Unknown 30 Sep 2015 at 1 PM
Baltimore Maryland 21 Jan 2017 at 8 PM
Location Unknown 08 Dec 2017 at 7 PM
Baltimore Maryland 28 Apr 2017 at 7 PM
Curtis bay Maryland 11 Feb 2025 at 7 PM

Similar Opportunities

Oklahoma 01 Aug 2025 at 4 AM (estimated)
Oklahoma 01 Aug 2025 at 4 AM (estimated)
Pennsylvania 19 Jul 2025 at 4 AM (estimated)
Pennsylvania 19 Jul 2025 at 4 AM (estimated)
Baltimore Maryland 10 Jul 2025 at 4 PM