Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

NSC SHORE TIE REELS MATERIAL

Process Number 2122402Y1121353001

USA

Dates:


Notice ID:

2122402Y1121353001

Department/Ind. Agency:

HOMELAND SECURITY, DEPARTMENT OF

Sub-tier:

HOMELAND SECURITY, DEPARTMENT OF

Sub Command:

SFLC PROCUREMENT BRANCH 3(00040)

Office:

SFLC PROCUREMENT BRANCH 3(00040)

General Information:


All Dates/Times are:

(utc-05:00) eastern standard time, new york, usa

Updated Published Date:

(utc-05:00) eastern standard time, new york, usa

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

dec 27, 2021 12:00 pm est

Inactive Policy:

15 days after date offers due

Original Inactive Date:

jan 11, 2022

Initiative:
  • None***--***

Classification:


Original Set Aside:

total small business set-aside (far 19.5)

Product Service Code:

9515 - plate, sheet, strip, foil, and leaf

NAICS Code:

332322 - sheet metal work manufacturing

Description:


Original Set Aside:

This is a combined synopsis/solicitation for commercial item contract, 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. Solicitation number 2122402Y1121353001 applies, and is issued as a Request for Quotation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03(JUL 2019). This procurement is 100% set aside for small business. The North American Industry Classification System (NAICS) code is 332322 and the business size standard is 500 PPL. U.S. Coast Guard Surface Forces Logistics Center intends to award a Brand Name Firm Fixed Price Contract. All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with System for Award Management (SAM) @ www.sam.gov and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is _DECEMBER 27, 2022_, at _12_ p.m. Eastern Standard Time. NSC SHORE TIE REELS MATERIAL ITEM 0001 – 1/2"x96"x240" A36 STEEL PLATE PART_NBR: 07005305 Quantity: 5 EACH Delivery date: 01/07/2022 ITEM 0002 – 1/2"X48"X96" A36 STEEL PLATE PART_NBR: 07004305 Quantity: 2 EACH Delivery date: 01/07/2022 ITEM 0003 – 1/4"X48"X96" A36 STEEL PLATE PART_NBR: 07000160 Quantity: 1 EACH Delivery date: 01/07/2022 ITEM 0004 – 2-1/2"X61" A36 STEEL ROUND BAR PART_NBR: 06230500 Quantity: 5 EACH Delivery date: 01/07/2022 ITEM 0005 – 10"X4"X38"WALLX24' ASTM A-500 GRADE B STEEL TUBING PART_NBR: 13038224 Quantity: 3 EACH Delivery date: 01/07/2022 ITEM 0006 – 3/8"X3-1/2"X20' A36 STEEL FLAT BAR PART_NBR: 06506920 Quantity: 11 EACH Delivery date: 01/07/2022 ITEM 0007 – 1-1/2"X36" SCH 40 A-500 GRADE B STEEL PIPE PART_NBR: 12801449 Quantity: 1 EACH Delivery date: 01/07/2022 ITEM 0008 – 6"X3"X3/8"WALLX24' ASTM A500 GRADE B STEEL TUBING PART_NBR: 13033024 Quantity: 5 EACH Delivery date: 01/07/2022 ITEM 0009 – 36"OD X.500 WALL (35.00 ID) API 5L X52 DSAW PIPE 50"L PART_NBR: 12703200 Quantity: 5 EACH Delivery date: 01/07/2022 ITEM 0010 – 3" SCH160 BPE SEAMLESS PIPE ASTM A106B 3.5"OD X.438"WAL 57"L PART_NBR: 12701170 Quantity: 5 EACH Delivery date: 01/07/2022 ITEM 0011 – FUEL SURCHARGE Quantity: 2 EACH Delivery date: 01/07/2022 NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. Place of Delivery is: USCG YARD, 2401 Hawkins Point Road, Bldg 78, DOOR 6, Baltimore, MD 21226. **** Please quote prices FOB Destination. **** 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 (OCT 2018). 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. Offerors shall agree to the delivery condition by the government. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. If any offeror is registered in ORCA, verification by the applicable vendor is needed to evidence that the record is current and valid. 52.212-2 Evaluation-Commercial Items (OCT 2014). – Delivery, pricing and relevant past performance are the evaluation factors. This is a commercial item acquisition. Award will be made to lowest cost technically acceptable. All evaluation factors will be considered as delivery is an important as cost. 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 lowest cost technically acceptable. The evaluation and award procedures in FAR 13.106 apply. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (OCT 2018) with Alt 1 included are to be submitted with your offers. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2018) applies to this acquisition. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (OCT 2018). The following clauses listed in 52.212-5 are incorporated: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2018) (Pub.L. 109-282)(31 U.S.C. 6101 note). 52.204-99, System for Award Management Registration (OCT 2016) 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). 52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013) (15 U.S.C. 632 (a)(2). 52.222-3 Convict labor (June 2003) (E.O. 11755) 52.222.19 Child Labor-Cooperation with Authorities and Remedies (JAN 2018) (EO 11755) 52.222-26 Equal Opportunity (SEP 2016)(E.O. 11246) 52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83) 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 2018)(31.S.C. 3332). 52.222-41, Service Contract Act of 1965 (AUG 2018) (41 U.S.C. 351, et seq.). 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). 52.233-3 Protest after award (Aug. 1996.) 52.233-4 Applicable Law for Breach of Contract Chain (Oct.2004). Defense Priorities and Allocations System (DPAS): N/A QUOTES ARE DUE BY 12:00 NOON EST on MONDAY, 27 DECEMBER2021. Quotes may emailed to Brandie.r.dunnigan@uscg.mil POC is Brandie Dunnigan, Procurement Agent, 410-762-6446.

Attachments / Links:


Document Size Updated date Download

Contact Information:


2401 HAWKINS PT RD. BLDG 31 MS 26

BALTIMORE , MD 21226

USA

Primary Point of Contacts:

Brandie R Dunnigan