Federal Bid

Last Updated on 15 Mar 2011 at 8 AM
Combined Synopsis/Solicitation
Galveston Texas

WINDOW, SIDING

Solicitation ID HSCG40-11-Q-45BM9
Posted Date 22 Feb 2011 at 5 PM
Archive Date 15 Mar 2011 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 Galveston Texas United states
This is a combined synopsis/solicitation for commercial items prepared in The United States Coast Guard Surface Forces Logistics Center has a requirement for the following items.

1.CC-1038 Window, sliding, 28 ¼" x 34" with 18" x 8" S.S. insert screen,
1/4" heat treated clear
Quantity: Nine (09) each

2. CC-1038 Window, sliding, 28-1/4" x 34", with 18" x 8" S.S. insert screen, 1/4" heat treated frosted
Quantity: One (01) each

3. CC-1045 Window, fixed 28 - 1/4" X 34"
Quantity: Four (04) each

Ship FOB destination to: USCGC Clamp C/O Coast Guard Base, General Delivery, Galveston, TX 77553-3001

Required Delivery date of April 18, 2011

Substitute part is not acceptable. Offeror shall be an authorized distributor/dealer of the (OEM) Original Equipment Manufacturer. No equal or alternate part numbers shall be accepted. It is the Government belief's that Cornell-Carr Company and/or their authorized distributors can furnish the required parts and ensure the proper, fit, form, and function. Concerns having expertise and required capabilities to furnish the above item are invited to submit complete information discussing the same in duplicate within 05 days of this announcement. Potential sources desiring to furnish other than Cornell-Carr Company parts are required to submit the following information: 1) Complete and current engineering data to demonstrate the acceptability of the offered parts (i.e. salient physical, functional and serviceability characteristics) or 02) Data that the offered parts have been satisfactorily manufactured for the government or the original equipment manufacturer. This data must include sufficient information to allow the Coast Guard to evaluate the proposal relative to the above requirement. Concerns that respond to this notice shall fully demonstrate the capability to accomplish the above and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirements. In accordance with 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. Quotations are being requested and written solicitation will not be issued. The due date for submission on quotations shall be no later than February 28, 2011 by 12:00 PM, eastern time. Anticipated award date of March 01, 2011 FOB Destination, delivery to the address as indicated above. No drawings or specifications are available from this Agency. Quotations shall include; proposed delivery in days, pricing for all items, company tax identification number, and duns number. All responsible sources may submit a quotation which if timely received shall be considered by this agency. The company Tax Identification Number and Duns Number, Offeror must also fill out and return FAR Clause 52.212-3 Offeror Representations and Certifications-Commercial Items (Jan 2011). This solicitation and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) FAC-2010-49 (Jan 2011), and FAR subpart 4.12 ANNUAL REPRESENTATIONS AND CERTIFICATIONS, the use of ORCA is mandatory as of January 1, 2005. ORCA is available through Business Partner Network (BPN), www.bpn.gov Contractors will use ORCA to electronically submit annual representations and certifications (REP & CERTS). Contractors will no longer be required to submit hard copies of ORCA, they must have Central Contractor Registration (CCR) record and a marketing partner identification number (MPIN). The NAICS code for this solicitation is 327215 and the small business size standard is 750 employees. 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); 52.212-4, Contract Terms and Conditions-Commercial Items (June 2010); and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (Jan 2011). The following clauses listed in 52.215-5 are hereby incorporated: 52.222-3 Convict Labor (JUNE 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126); 52.225-1, Buy American Act-Supplies (41 U.S.C. 10a-10D); 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). Copies of clause may be obtained electronically at http://www.dhs.gov. The notice for filing agency protest can be accessed at site http://cgweb.comdt.uscg.mil.

 

 

Bid Protests Not Available

Similar Past Bids

Omaha Nebraska 29 Jun 2021 at 6 PM
Pennsylvania 23 Apr 2021 at 4 AM
Pennsylvania 23 Apr 2021 at 4 AM
Tacoma Washington Not Specified
Location Unknown 01 Aug 2016 at 3 PM

Similar Opportunities

South carolina 08 Jul 2025 at 2 PM
Pennsylvania 17 Jul 2025 at 4 AM (estimated)
Pennsylvania 17 Jul 2025 at 4 AM (estimated)
Madison Wisconsin 18 Dec 2025 at 5 AM
Alaska 24 Jul 2025 at 4 AM (estimated)