Federal Bid

Last Updated on 02 Jul 2009 at 8 AM
Combined Synopsis/Solicitation
Baltimore Maryland

WATERTIGHT DOORS

Solicitation ID HSCG40-09-Q-41331
Posted Date 11 Jun 2009 at 7 PM
Archive Date 02 Jul 2009 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 items prepared in accordance with the format in subpart 12.6 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. (ii) Solicitation number HSCG40-09-Q-41331 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 2005-32. (iv) This procurement is unrestricted. The North American Industry Classification System (NAICS) code is 332322 and the business size standard is 50 employees. U.S. Coast Guard Engineering Logistics Center intends to award a Firm Fixed Price Contract. (v) ITEM 1, ACN: 2040-00-542-0202, P/N: 805-1400066, DOOR, 26” X 66”, MARINE STRUCTURAL, STEEL, GALVANIZED, INDIVIDUALLY DOGGED, WATERTIGHT, RIGHT HAND, .075” PANEL THICKNESS, 8” RADIUS CORNERS, 10 PSI TEST PRESSURE RATING. I.A.W. NAVSHIPS DRAWING 805-1400066-317. Quantity 1 EA, Desired Delivery Date 08/01/09. ITEM 2, ACN: 2040-00-554-6216, P/N: 805-1400050, DOOR, 26" X 66”, WATERTIGHT, MARINE, QUICK ACTING, 10 DOG LEVER OPERATED, STEEL GALVANIZED. RIGHT HAND, TESTED AT 15 P.S.I. PANEL THICKNESS .075”, 8.828” OPENING CORNER RADIUS I.A.W. BUSHIP DWG 805-1400050 ASSEMBLY 101 W/O HASP. SCUTTLE AND FIXED LIGHT NOT INCLUDED. Quantity 1 EA, Desired Delivery Date 08/01/09. ITEM 3, ACN: 2040-00-554-6215, P/N: 803-6397268, DOOR, 26” X 66”, WATERTIGHT, MARINE, QUICK ACTING, 10 DOG LEVER OPERATED, STEEL GALVANIZED LEFT HAND, TEST AT 15 P.S.I. PANEL THICKNESS .075”, OPENING CORNER RADIUS 8.828”, I.A.W. BUSHIPS DWG 803-6397268, 102 HASP ASSEMBLY SCUTTLE AND FIXED LIGHT NOT INCLUDED. Quantity 1 EA, Desired Delivery Date 08/01/09. ITEM 4, ACN: 2040-00-555-6387, P/N: 805-6397268-31, DOOR, 30” X 66” CLEAR OPENING, WATERTIGHT, QUICK ACTING OPERATING MECHANISM IN FRAME. MED STEEL, 10 DOG ARRANGEMENT TESTED AT 15 P.S.I. LEFTHAND I.A.W. BUSHIP DWG NO. 803-6397268-31 ASSEMBLY NO. 486. Quantity 1 EA, Desired Delivery Date 08/01/09. ITEM 5, ACN: 2040-00-542-0206, P/N: 803-6397261 ASSY (7), DOOR, 26” X 45” MARINE STRUCTUAL, STEEL, GALVANIZED, LEFT-HAND, WATERTIGHT, 26” X 45” OPENING SIZE, 6397261 ASSY (7), 6 DOGS, 10 PSI TEST PRESSURE. Quantity 1 EA, Desired Delivery Date 08/01/09. ****Failure to follow the packaging instructions may result in your company being charged money by the USCG to cover the costs of repackaging the items purchased in this purchase order. Your company may also be charged shipping costs to cover the cost of returning the material to your company for repackaging. Please pay close attention to the desired delivery dates for each item. If you can not meet the delivery date please provide new dates. **** (vi) 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 Engineering Logistics Center, 2401 Hawkins Point Road, Baltimore, MD 21226. (vii) Place of delivery is: USCG Engineering Logistics Center, 2401 Hawkins Point Road, Building 88 – Receiving, Baltimore, MD 21226. **** Please quote prices FOB Destination. **** (viii) 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 price and delivery information for all items. A recent past performance including: contract number, point of contact and current home numbers. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (ix) 52.212-2 Evaluation-Commercial Items (Jan 1999). – Delivery and pricing are 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. 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. Delivery is slightly more important than price. The evaluation and award procedures in FAR 13.106 apply. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Feb 2009) with Alt 1 included are to be submitted with your offers. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (March 2009) applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (May 2009). The following clauses listed in 52.212-5 are incorporated: a. 52.219-8, Utilization of Small Business Concerns (May 2004) (15 U.S.C. 637 (d) (2) and (3)). b. 52.219-28 Post Award Small Business Program Representation (June 2007) (15 U.S.C. 632(a)(2)) c. 52.222-3 Convict labor (June 2003) (E.O. 11755) d. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (EO 11755) e. 52.222-21 Prohibition of Segregated Facilities (Feb 1999) f. 52.222-26 Equal Opportunity (March 2007)(E.O. 11246) g. 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793) h. 52.222-50 Combating Trafficking in Persons (Feb. 2009) i. 52.225-1 Buy American Act – Supplies (Feb. 2009) (41 U.S.C. 10a-10d) j. 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assests 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. 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/interweb/assetlibrary/DHS_HSAR_DEC_2003.pdf , COMDTINST (Ombudsman) 4200.14 at http://cgweb.comdt.uscg.mil/G-CFP/g-cpm/instruction/AGENCY%20PROTESTS.HTM. Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. (xiii) See required documents for scanned copies of each item requested. (xiv) Defense Priorities and Allocations System (DPAS): N/A (xv) QUOTES ARE DUE BY COB on June 17, 2009. Quotes may be faxed (410) 762-6008 or emailed to [email protected] (xvi) POC is Carolyn Ward, Procurement Agent, 410-762-6601.
Bid Protests Not Available

Similar Past Bids

Location Unknown 22 Feb 2018 at 11 PM
Register Georgia 29 Mar 2018 at 8 PM
Point Texas 10 Nov 2010 at 9 PM
Norfolk Virginia 27 Nov 2019 at 3 PM
Location Unknown 14 Mar 2011 at 7 PM

Similar Opportunities

Norfolk Virginia 08 Jul 2025 at 7 PM
Columbus Ohio 07 Jul 2025 at 4 AM
Pennsylvania 13 Jul 2025 at 4 AM (estimated)
Pennsylvania 13 Jul 2025 at 4 AM (estimated)