Federal Bid

Last Updated on 16 Dec 2014 at 10 AM
Combined Synopsis/Solicitation
Ketchikan Alaska

Plywood

Solicitation ID HSCG35-15-Q-JAN011
Posted Date 20 Nov 2014 at 9 PM
Archive Date 16 Dec 2014 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Base Ketchikan(00035)
Agency Department Of Homeland Security
Location Ketchikan Alaska 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, which includes the attached Request for Quotation (RFQ) number HSCG35-15-Q-JAN011.

The U.S. Coast Guard Base Ketchikan has a requirement to purchase 648 sheets of :
4ft x 8ft x ½ inch Douglas Fir Plywood.
Overlay face / Back: Panel Tech 357B, 132# MDO Paper W/28% Resin Content
Face Veneer : "B" Grade Douglas Fir Veneer
Inner Plies: "C" Grade Veneer
Back Veneer: "A" Grade Douglas Fir Veneer
Lay-Up: "Two Step" Process
Resin: Phenolic Exterior Glue

The North American Industry Classification System (NAICS) code is 423310 and the small business size standard is 100 employees.

This is Total Small Business Set Aside procurement.
The FOB Destination delivery is:
U.S. Coast Guard Base Ketchikan (Z31130KTN),
C/O Alaska Air Forwarding
4443 South 134th Place
Tukwila, WA 98168

on or before January 01, 2015. Hours of operation for the delivery are M-F: 8 AM - 3 PM excluding Federal Holidays.

Companies quoting should include the following:
(1) The solicitation RFQ number.
(2) The name, address, telephone number, and point of contact of the offeror.
(3) Price, availability and any discount terms. We are a Tax Exempt Agency; please do not include Federal or State Taxes in the quoted price.
(4) Completed copy of the representations and certifications FAR subpart 52.2(see document titled FAR Clauses attached to this solicitation).
(5) Company Tax Information Number and DUNS Number. Vendor must be registered or agree to register with System for Award Management, www.sam.gov, formerly known as Central Contractor Registration, www.ccr,gov before the award can be made.
(6) If the offer is not submitted on the SF 18 provided 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;
(7) All responsible sources may submit a quotation, which if timely received, shall be considered by this agency.

Offers are due at Base Ketchikan by 5pm (AST) Nov29, 2014.
Responses to this solicitation can either be submitted via e-mail to F&S2 Dominic Heggarty. [email protected] or faxed to the attention of F&S2 Dominic Heggarty (907) 228-0297. Questions may be directed to F&S2 Dominic Heggarty (907) 228-0366, [email protected]. Telephone quotes will NOT BE ACCEPTED.

CLAUSES (a): The following FAR provisions apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at: https://www.acquisition.gov/far/html/52_200_206.html

(1) 52.204-6: Data Universal Numbering Systems (DUNS) Number.
(2) 52.204-7: Central Contractor Registration.
(3) 52.212-1: Instruction to Offers Commercial Items (September 2013); there are no addenda to this provision.
(4) 52.212-2: Evaluation-Commercial Items-Pricing (JAN 1999) is incorporated and the evaluation criteria will be based on meeting or exceeding all specifications listed.
(5) 52.212-3: Offeror Representations and Certifications-Commercial Items (May 2004)
(6) 52.212-4: Contract Terms and Conditions-Commercial Items (Jan 2004); there are no addenda to this clause.
(7) 52.212-5: Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (May 2004).
The following clauses listed in 52.212-5 are incorporated: 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U. S. 637(d) (2) and (3), 52.222-3 Convict labor (June 2003) (E.O. 11755); 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (29 U.S.C. 793), 52.222-36 Affirmative Action for Workers with Disabilities.52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.225-13, Restrictions on Certain Foreign Purchases (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), and 52.225-1 Buy American Act - Supplies (June 2003) (41 U.S.C. 10a-10d).

(b) The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation. Offerors may obtain full text versions of these clauses electronically at: http://farsite.hill.af.mil/reghtml/regs/other/hsar/3052.htm#P-1_0

(1) 3052-209-70: Prohibition on Contracts With Corporate Expatriates (June 2006).
(2) 3052-209-72: Organizational Conflict of Interest (June 2006).
(3) 3052.217-92: Inspection and manner of doing work (Dec 2003).
(4) 3052.217-93: Subcontracts (Dec 2003).
(5) 3052.225-70: Requirement for Use of Certain Domestic Commodities (Aug 2009).
(6) 3052.242-72: Contracting officer's technical representative (Dec 2003).

Bid Protests Not Available

Similar Past Bids

Location Unknown 21 Feb 2018 at 7 PM
Location Unknown 20 Oct 2017 at 7 PM
Saint louis Missouri 08 Jun 2010 at 3 PM
Saint louis Missouri 08 Jun 2010 at 4 PM
Location Unknown 27 Sep 2017 at 6 PM

Similar Opportunities