Federal Bid

Last Updated on 22 Oct 2011 at 8 AM
Combined Synopsis/Solicitation
Point Texas

LIFTALL KEYFLEX ARAMID ROUNDSLINGS

Solicitation ID HSCG40-12-Q-60344
Posted Date 05 Oct 2011 at 2 PM
Archive Date 22 Oct 2011 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Sflc Procurement Branch 3(00040)
Agency Department Of Homeland Security
Location Point Texas United states
(i) This is a combined synopsis/solicitation for commercial items, 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 HSCG40-12-Q-60344 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 2005-53 (04 Aug 2011).
(iv) This solicitation is a 100% set aside for small business. The North American Industry Classification System (NAICS) code is 423830 and the small business standard is 100 employees for this requirement. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract.


(v) The United States Coast Guard Surface Forces Logistics Center has a requirement for the following items:

PLEASE NOTE: REQUIRED DUE DATE IS OCTOBER 25, 2011 FOR ALL ITEMS. If delivery cannot be made in accordance with the Government's delivery schedule, please indicate your best expedited delivery schedule.

ITEM NO. 0001. LIFTALL KEYFLEX ARAMID ROUNDSLINGS. Liftall keyflex Aramid Roundslings Ken50K. 56'9 ¼ long having a weight of 1.3 pounds per foot and 1% stretch at rated capacity with Certification of rated load of 50,000 LB. W LL Vertical. Both Slings must be equal in length.
Quantity: 2 EACH
ROUNDSLINGS, ARAMID
Delivery on or before: 10/25/11

ITEM NO. 0002. LIFTALL KEYFLEX ARAMID ROUNDSLINGS. Liftall keyflex Aramid Roundslings Ken50K. 57'4 ¾ long having a weight of 1.3 pounds per foot and 1% stretch at rated capacity with Certification of rated load of 50,000 LB. W LL Vertical. Both Slings must be equal in length.
Quantity: 2 EACH
ROUNDSLINGS, ARAMID
Delivery on or before 10/25/11

ITEM NO. 0003.) LIFTALL KEYFLEX ARAMID ROUNDSLINGS. Liftall keyflex Aramid Roundslings Ken50K. 54' 10 " long having a weight of 1.7 pounds per foot and 1% stretch at rated capacity with Certification of rated load of 60,000 LB. W LL Vertical. Both Slings must be equal in length.
Quantity: 2 EACH
ROUNDSLINGS, ARAMID
Delivery on or before: 10/25/11

 


(i) CONTRACTOR SHALL CONFORM TO THE FOLLOWIING PACKAGAGING, PRESERVATION AND MARKING INSTRUCTIONS. PACKAGING SPECIFICATIONS: See attached scanned documents for each item and its unique packaging/shipping requirements. Not all items listed in this solicitation require the same specifications. Offeror is responsible for viewing the documents for clear comprehension of requirements prior to offer. PRESERVATION REQUIREMENTS: Preservation requirements include packaging that shall protect any finished surface from scratches or damage resulting from contact with internal blocking or bracing or anything inside the shipping container. MARKINGS: In clear printed lettering (English) 1" min high, for each item as defined by its unit package quantity shall be individually marked with the following: Nomenclature, 13 digit Coast Guard Stock No. xxxx-xx-xxx-xxxx, MFG Part No., CAGE code (if known), Contract No. (issued upon award) and Date. Place of delivery shall be: USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore, MD 21226.
(ii) Place of delivery is: USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Building 88 - Receiving, Baltimore, MD 21226. **** Please quote prices FOB Destination. ****

(iii) 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 (June 2008). 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 submit no more than three relevant past performance history including: contract number, point of contact and the contact information.
g) Offerors shall agree to the deliver condition that the vendor shall start the performance within 48 hours of notification 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.
(iv) 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 may be made to other than the lowest price. Award will be a best value decision. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. 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 best value. The evaluation and award procedures in FAR 13.106 apply.
Price: The Government will evaluate offers based on best value
Technical Capability: Authorized OEM Distributor.
Delivery Time: Delivery time and technical ability is more important than price.
(v) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2011) with Alt 1 included are to be submitted with your offers.
(vi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2010) applies to this acquisition.
(vii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Aug 2011). The following clauses listed in 52.212-5 are incorporated:
a. 52.219-6 -- Notice of Total Small Business Set-Aside (June 2003)
b. 52.219-8 -- Utilization of Small Business Concerns (Jan 2011)
c. 52.219-14 -- Limitations on Subcontracting (Dec. 1996)
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 (July
2010) (EO 11755)
g. 52.222-21 Prohibition of Segregated Facilities (Feb 1999)
h. 52.222-26 Equal Opportunity (March 2007)(E.O. 11246)
i. 52.222-35, Equal Opportunity for Veterans (Sep 2010) (38 U.S.C. 4212).
j. 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)
(29 U.S.C. 793).
k. 52.222-37, Employment Reports on Veterans (Sep 2010) (38 U.S.C.
4212).
l. 52.222-40, Notification of Employee Rights Under the National Labor
Relations Act (Dec 2010) (E.O. 13496).
m. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep
2010) (E.O. 13513).
n. 52.222-50 Combating Trafficking in Persons (Feb. 2009)
o. 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d).
p. 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).
q. 52.232-33 Payment by Electronic Funds Transfer Central Contractor
Registration (Oct 2003)(31.S.C. 3332).
r. 52.233-3 Protest after award (Aug. 1996.)
s. 52.233-4 Applicable Law for Breach of Contract Chain (Oct.2004).

t. 52.252-1, Solicitation Provisions Incorporated by Reference (Feb 1998). This solicitation incorporates one or more solicitation provisions by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this address: www.arnet.gov

u. The following items are incorporated as addenda to this solicitation:
(USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts
with corporation expatriates. Copies of HSAR clauses may be obtained
electronically at: http:// www.dhs.gov

(viii) See additional documents(s) for uploaded documents to support order requirements: Ombudsman.pdf
(vi) . Quotes are due by October 7, 2011 @ 1:30 PM EST. Deadline for
questions will be October 6, 2011 @ 1:30 PM EST. Questions and
quotes may be emailed to [email protected]. Contractors are
responsible for verifying receipt of quotes.

(ix) POC is Lynn Hicks, Acquisition Specialist, 410-762-6426.

 

Bid Protests Not Available

Similar Past Bids

Kittery Maine 17 Oct 2005 at 5 AM
Location Unknown 26 Oct 2010 at 8 PM
Location Unknown 13 Mar 2012 at 7 PM
Norfolk Virginia 09 Sep 2004 at 5 AM
Location Unknown 18 May 2018 at 3 PM

Similar Opportunities