Federal Bid

Last Updated on 26 Jun 2019 at 8 AM
Combined Synopsis/Solicitation
Kennebec South dakota

SCUTTLES & HATCHES

Solicitation ID 70Z085-19-Q-P45E6800
Posted Date 28 May 2019 at 4 PM
Archive Date 26 Jun 2019 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 Kennebec South dakota 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. Request for Quotations number is 70Z085-19-Q-P45E6800 and is issued as a request for quotes (RFQ). This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This Request for Quotations incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-65 dated January 29, 2013. The NAICS Code is 336611. The small business size standard is 1250. This is a 100% small business set-aside. Prospective Offerors are responsible for downloading the solicitation and any amendments. It is the offeror's responsibility to monitor FedBizOpps website for the release of any amendments to this solicitation. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures in accordance with FAR Part 13.5.

 

**DRAWINGS AVAILABLE UPON REQUEST.**

 

 

The United States Coast Guard Surface Forces Logistics Center has a requirement for the following supplies:

 

1- 42X48 WTID HATCH, STEEL, 12 DOG, 6" COAMING, 25" QAWT

SCUTTLE, FLUSH, 4 DOG, FORMULA 150 FINISH. 805-1624088 MOD. QUANTITY 01 EACH.

2- 30X36 WTID HATCH, 10 DOG, STEEL, 6" COAMING, 25" FLUSH SCUTTLE, 4 DOG,

FORMULA 150 FINISH 805-1624088 MOD. QUANTITY 01 EACH.

3- SCUTTLE QA FL 3-D STL 21" 17P 803-1623056 AY A REV K. QUANTITY 01 EACH.

4- SCUTTLE QA RS 3-D STL 21" 16P 803-1401892 ASSY A REV J. QUANTITY 01 EACH.

ALL SUPPLIES SHALL MEET THE SPECIFICATIONS LISTED IN THE ATTACHED

STATEMENT OF WORK.

Required Delivery Date: December 3, 2019.

Include freight costs in quote.         

Place of Delivery: USCGC KENNEBEC

                              4000 COAST GUARD BLVD

                               PORTSMOUTH, VA 23703-2199

                               POC: MKC JOSEPH D. TENORIO

 

 

1. 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998)

 

This contract incorporates one or more clauses 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 full text of FAR clauses may be accessed electronically at this address: http://www.arnet.gov/far/index.html.

 

FAR 52.204-4 Printed or Copied Double-sided on Recycled Paper (AUG 2000)

 

FAR 52.204-6 Data Universal Numbering System (DUNS) Number (JUN 1999)

 

FAR 52.211-15 Defense Priorities and Allocation System Rating (APR 2008) D0 A3 rating

 

FAR 52.217-5 Evaluation of Options (JUL 1990)

 

FAR 52.222-1 Notice to the Government of Labor Disputes (FEB 1997)

 

FAR 52.223-3 Hazardous Material Identification and Material Safety Data (JAN 1997) Alt I (JUL 1995)

 

FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004)

 

FAR 52.245-4 Government-Furnished Property (Short Form) (JUN 2003)

 

HSAR 3052.209-72 Organizational Disclosure of Conflicts of Interest

 

 

2.FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008). 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: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number and 6) Pricing, and Delivery information,. (7) Offerors are instructed to include a completed copy of Federal Acquisition Regulation (FAR) 52.212-3, "Offerors Representations and Certification--Commercial Items (DEC 2012)" and Alt 1 included with their quotation (the provision is attached), or be registered with Online Reps and Certs, https://www.SAM.gov.

 

 

3. FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). - This is a commercial item acquisition. The evaluation and award procedures in FAR 13.106 apply. The following evaluation factors shall be considered: Past Performance, Price. Offerors shall submit at least 3 relevant past performance references for contracts with private industry or government instrumentalities (federal, state, or local) performed within the last 3 years. References shall include: 1. Name & contact information of the point of contract (PM/COR), 2. Name of Organization, 3. A brief description of service, 4. Contract Number/Task Order 5. Status (Prime or Sub). The USCG reserves the right to utilize past performance information other than the information submitted with the proposals received in conducting the evaluation. A Contractor without a record of relevant past performance or for whom information on past performance is not available will not be evaluated favorably or unfavorably on past performance, but will receive a neutral rating. The USCG may consider past performance information regarding predecessor companies or subcontractors that will perform major or critical aspects of the requirement when such information is considered relevant.

 

The Government will award a purchase order resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government will evaluate offers and make award to the lowest priced technically acceptable offer that is responsive to the terms of this solicitation.

 

 

4. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2012) - An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision which can be obtained electronically at http://www.arnet.gov/far.

 

 

5. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2012)

 

The following addendum applies: Address for submission of invoices is

 

Commercial Invoices

 

USCG Finance Center

 

PO BOX 4115

 

Chesapeake, VA 23327-4115

 

(800)564-5504

 

 

6. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (November 2012)

 

The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items:

 

 

52.222-3, Convict Labor (June 2003) (E.O. 11755).

 

52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126).

 

52.222-21, Prohibition of Segregated Facilities (Feb 1999).

 

52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246).

 

52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).

 

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).

 

52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct. 2003) (31 U.S.C. 3332).

 

 

7. HSAR Contract Terms and Conditions Applicable to DHS Acquisition of Commercial Items (SEP 2012)

 

The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The provision or clause in effect based on the applicable regulation cited on the date the solicitation is issued applies unless otherwise stated herein. The following provisions and clauses are incorporated by reference:

 

(a) Provisions

 

3052.209-72 Organizational Conflicts of Interest

 

3052.219-72 Evaluation of Prime Contractor Participation in the DHS Mentor Protégé Program

 

(b) Clauses.

 

3052.203-70 Instructions for Contractor Disclosure of Violations

 

3052.204-70 Security Requirements for Unclassified Information Technology Resources

 

3052.204-71 Contractor Employee Access __Alternate I

 

3052.205-70 Advertisement, Publicizing Awards, and Releases

 

3052.209-73 Limitation on Future Contracting

 

3052.215-70 Key Personnel or Facilities

 

3052.219-70 Small Business Subcontracting Plan Reporting

 

3052.228-70 Insurance

 

3052.242-72 Contracting Officer's Technical Representative

 

3052.247-72 F.O.B Destination Only

 

The full text of HSAR clauses above may be accessed electronically at this address: http://www.dhs.gov/xlibrary/assets/opnbiz/hsar.pdf

 

 

8. 25.101 BUY AMERICA ACT

 

(a) The Buy American Act restricts the purchase of supplies that are not domestic end products. For manufactured end products, the Buy American Act uses a two-part test to define a domestic end product.

 

(1) The article must be manufactured in the United States; and

 

(2) The cost of domestic components must exceed 50 percent of the cost of all the components. In accordance with 41 U.S.C. 431, this component test of the Buy American Act has been waived for acquisitions of COTS items (see 12.505(a)).

 

(b) The Buy American Act applies to small business set-asides. A manufactured product of a small business concern is a U.S.-made end product, but is not a domestic end product unless it meets the component test in paragraph (a)(2) of this section.

 

(c) Exceptions that allow the purchase of a foreign end product are listed at 25.103. The unreasonable cost exception is implemented through the use of an evaluation factor applied to low foreign offers that are not eligible offers. The evaluation factor is not used to provide a preference for one foreign offer over another. Evaluation procedures and examples are provided in Subpart 25.5.

 

52.249-1 TERMINATION FOR CONVENIENCE OF THE GOVERNMENT

 

The Contracting Officer, by written notice, may terminate this contract, in whole or in part, when it is in the Government's interest. If this contract is terminated, the rights, duties, and obligations of the parties, including compensation to the Contractor, shall be in accordance with Part 49 of the Federal Acquisition Regulation in effect on the date of this contract.

 

9. Questions and quotes shall be emailed to [email protected]. Contractors are responsible for verifying receipt of proposals.

 

10. Offerors shall submit quotes as follows -

Date:  JUNE 11, 2019

Time: 1000 Pacific Standard Time (PST)

Place: [email protected]

 

REQUIRED DOCUMENTS:

Each Offeror shall furnish the information required by the solicitation, which includes:

Section 1: Price Quote including cost breakdown.

Section 2: Past Performance / References Proposal (This section should include the offerors completed representations and certifications.); and

  Section 3: Any issued amendments to the solicitation.

ANTICIPATED AWARD DATE: The contract is expected to be awarded on or about JUNE 12, 2019.

QUESTIONS: The last day to ask questions will be JUNE 10, 2019, 1400 Pacific Standard Time (PST). Questions shall be submitted via e-mail to [email protected]. After this date, unless amended, questions will not be accepted.

For information regarding this solicitation, please contact the email above.

Please Note:  Amendments to this solicitation will be publicized in the same manner as the initial synopsis and solicitation.

 

11.  Questions and quotes shall be emailed to [email protected].  Contractors are responsible for verifying receipt of quotes.

INTERESTED VENDORS PLEASE SEND OFFICIAL QUOTE, WITH A SAM.GOV REGISTERED DUNS NUMBER, AND EMAIL TO [email protected].

Bid Protests Not Available

Similar Opportunities

Columbus Ohio 07 Jul 2025 at 4 AM
Oklahoma 19 Jul 2025 at 4 AM (estimated)
Oklahoma 19 Jul 2025 at 4 AM (estimated)
New york 07 Jul 2025 at 8 PM
Norfolk Virginia 08 Jul 2025 at 7 PM