Federal Bid

Last Updated on 19 Feb 2009 at 9 AM
Combined Synopsis/Solicitation
Chesapeake Virginia

Vessel Boarding System

Solicitation ID HSCG27-09-Q-DJC043
Posted Date 20 Jan 2009 at 3 PM
Archive Date 19 Feb 2009 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Uscg Airsta/ Sfo Port Angeles
Agency Department Of Homeland Security
Location Chesapeake Virginia 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. HSCG27-09-Q- DJC043 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-28. This is nonrestricted procurement; the applicable NAICS number is 423990 and the small business size standard is 100. The FOB Destination delivery is to: USCG MSRT Chesapeake, VA, on or before: 60 days AOR. Offers are due at: USCG ISC Portsmouth, VA, by the Close of Business on 2/4/09. Questions may be directed to Dale Kendrick, telephone 757-483-8541. The USCG ISC Portsmouth has a requirement to purchase: M. Henriksen marketed Rapid Entry & Boarding System or equivalent equipment as follows: CLIN 001 – lightweight carbon fiber grapnel hook, four each. Approximate curve opening of 9.5-inch; 1800-lb breaking strength; approximate weight 4-lb; nonreflective black color; pointed end or other means for secure placement. CLIN 002 – lightweight carbon fiber collapsible pole, four each. Maximum extension 30-35-feet; collapsible length less than 7-feet; rigid end for securing CLIN 001 grapnel hook; color nonreflective black. Boarding system is intended for to allow temporary placement of a grapnel hook onto a vessel of interest for use as a law enforcement entry boarding hook. Multiple offers/proposals will be accepted. Provide full descriptive literature/data/weblink with offers. 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. 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 not incorporated. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jun 2008) with Alt 1 must be included with your offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2008); there are no addenda to this clause. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Dec 2008). The following clauses listed in 52.212-5 are incorporated (if any): 52.222-3 Convict labor (June 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); 52.220-50, Combatting Trafficking in Persons (Aug 2007); 52.225-1, Buy American Act-Supplies (Jun 2003)(41 U.S.C. 10a-10d); 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Aug 2007); 52.225-5, Trade Agreements (Nov 2007)(19 U.S.C. 2501, et. seq., 19U.S.C. 3301 note); 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)(21U.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

Florida Not Specified
Florida Not Specified
Location Unknown 21 Jul 2015 at 7 PM
Florida Not Specified
Florida Not Specified