Trade Leads

Transportation Equipment Manufacturing Needed
Household & commercial furnishings & appliances NAICS Code: 336 -- Transportation Equipment Manufacturing/336611 -- Ship Building and Repairing This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. (ii) Solicitation number HSCG40-16-Q-50114 applies, and is issued as a Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-83 (AUGUST 2015). (iv) This procurement is not a set-aside. The North American Industry Classification System (NAICS) code is 336611 and the business size standard is 1,000. The U.S. Coast Guard Surface Forces Logistics Center intends to negotiate and award a Firm Fixed Price Purchase Order on a sole-source basis to LOUISIANA ASSOCIATION FOR THE BLIND AND/OR THEIR AUTHORIZED DISTRIBUTORS. It is the Government's belief that they are the only source capable of providing the required materials. Concerns that respond to this notice must fully demonstrate that they are an authorized distributor of LAB by providing a copy of their Authorized Distributor letter along with their bid. (v) ITEM 0001: NSN: 7220-01-628-8600 - TREAD, NONMETALLIC, NONSKID. 32'TPSB NON-SKID KIT. MFG NAME: LOUISIANA ASSOCIATION FOR THE BLIND MFG PART NUMBER: 2040-LAB-30TPSB QUANTITY: 15 KT. UNIT PRICE: ______________ TOTAL PRICE: ____________ REQUIRED DELIVERY DATE: 4/08/16 ESTIMATED DELIVERY DATE:_________________ (vi) Place of Delivery is: USCG Surface Forces Logistics Center, Receiving Dept, Bldg 88, 2401 Hawkins Point Road, Baltimore, MD 21226. ****Please quote prices FOB Destination.**** (vii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.acquisition.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (APR 2015). 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 6) Price and delivery information 7) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (viii) FAR 52.212-2 Evaluation-Commercial Items (Oct 2014). - The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. The following factors shall be used to evaluate offers: Price, Delivery, and Past Performance. Price is more important than delivery or past performance. The Government reserves the right to do trade-offs. 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. The evaluation and award procedures in FAR 13.106 apply. The U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. (ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2014) with Alt 1 shall be submitted with their offers. The use of ORCA is mandatory as of January 1, 2005. ORCA is available through Business Partner Network (BPN) at http://www.bpn.gov. Contractors will use ORCA to electronically submit annual representations and certifications (REP & CERTS). If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete paragraphs (b) through (k) of provision FAR 52.212-3 which can be obtained electronically at http://www.arnet.gov/far. (x) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 2014) applies to this acquisition. The following addendum applies: Address for submission of invoices is U.S. Coast Guard YARD, P.O. Box 4122, Chesapeake, VA 23327-4122. (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Oct 2014). The following clauses listed in 52.212-5 are incorporated: a. 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). b. 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (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 (Jan 2014) (EO 11755) e. 52.222-21, Prohibition of Segregated Facilities (Feb 1999) f. 52.222-26 Equal Opportunity (March 2007)(E.O. 11246) g. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (EO. 13513) h. 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). i. 52.225-1 Buy American Act - Supplies (May 2014) (41 U.S.C. 10a-10d). j. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Jul 2013)(21 U.S.C. 3332). k. 52.233-3 Protest after award (Aug 1996) l. 52.233-4 Applicable Law for Breach of Contract Chain (Oct. 2004). The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. HSAR 3052.242-71 Dissemination of Contract Information (Dec 2003); Copies of HSAR clauses may be obtained electronically at: Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. (xii) Additional contract requirements: If the item(s) required in the contract resulting from this solicitation are customarily warranted in the trade by a standard commercial warranty, such warranty shall be incorporated into this contract and thereby provided to the Government at no additional cost. Any standard commercial warranty provided shall be identical to the standard commercial warranty normally offered by the Contractor to the Contractor's most favored customer. Offerors are requested to state the terms and conditions of their standard commercial warranty or to attach a copy of the warranty terms with their proposal. (xiii) N/A (xiv) Proposals may be faxed to (410) 762-6570 or emailed to Kim.J.Wooters@uscg.mil. (xv) Point of Contact: Kimberly Wooters, Purchasing Agent, Tele. No. 410-762-6508, email address: Kim.J.Wooters@uscg.mil. Contracting Office Address: 2401 Hawkins Point Road Building 31, Mail Stop 26 Baltimore, Maryland 21226-5000 United States Primary Point of Contact.: Kimberly J Wooters kim.j.wooters@uscg.mil Phone: 4107626508
https://www.fbo.gov/index?s=opportunity&mode=form&id=266250db0f17e61b138ead7f99d17d1e&tab=core&_cview=0