Search Contract Opportunities

ANCHOR CHAINS AND LINKS   2

ID: HSCG80-16-Q-P45T45 • Type: Synopsis Solicitation

Description

Posted: Sept. 8, 2016, 11:00 a.m. EDT

This solicitation has been changed from a Total Small Business Set-A-Side to a Full and Open Competition.
Posted: Aug. 17, 2016, 2:18 p.m. EDT
This is a combined synopsis/solicitation HSCG80-16-Q-P45T45 for a commercial items prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-87 (Apr 2016), and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is 336611. This synopsis/solicitation is issued pursuant to FAR 13.106-1(b),and the resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.

A. REQUIREMENT:
1. ( 4 ) Each - ANCHOR CHAIN, 1'-3/8" x 90' stud-link chain, Grade 3, ABS
certification (Domestic fabricated)

2. ( 6 ) Each - LINK, 1'-3/8" Hairpin detachable, Grade 3, ABS certification
(Domestic fabricated)

3. Estimated Shipping Cost

B. DELIVERY TO:

CGC VIGILANT
COMMANDING OFFICER
9235 Grouper Road
Cape Canaveral, FL 32920-4402

C. REQUIRED COMPLETION DATE:
21 September 2016
D. As stated below, the provision at FAR 52.212-2, Evaluation-Commercial Items-
applies with the following addenda:
Award of a contract will be based on the following criteria: The purchase order will
be awarded as a firm fixed price contract using simplified acquisition procedures in
accordance with FAR Part 13.5.
1. Please provide any warranty information.
2. Vendors MUST be registered in www.sam.gov
The Government will award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conforming to the solicitation will be more advantageous to the Government, price and other factors considered. The Lowest Price Technically Acceptable source selection process will be used; contract award will be made to a Contractor with the best value resulting from selection of the technically acceptable proposal with the lowest evaluated price.

Interested Offerors having the expertise and required capabilities are invited to submit a Firm Fixed Price proposal that will be considered by the agency. Proposals must be submitted on company letterhead stationery and must include the following information ( 1) Cost Breakdown, (2) Unit Price, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company DUNS and Cage Code. Quotes must be received no later than 23 August 2016 AT 10:00 A.M. EASTERN STANDARD TIME. Email quotes are acceptable and should be sent to Gloria Spicer at email address - Gloria.H.Spicer@uscg.mil.
Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial items, with their offer or have provision FAR 52.212-3 submitted into www.sam.gov. Any questions or concerns regarding any aspect of this RFQ must be forwarded to Contracting Officer, SKC Garth Gobbell via email Garth.Gobbell@uscg.mil and telephone (757) 628-4801; or Mrs. Gloria Spicer via email Gloria.H.Spicer@uscg.mil.

PROVISIONS / CLAUSES:
The following FAR Clauses and Provisions apply to this solicitation and are incorporated by reference:
FAR 52.212-1 - Instructions to Offerors - Commercial Items (Oct 2015)
FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014) Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, past performance and quality.
FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (July 2016) to include Alt I (Oct 2014). These certifications must be included with quote and can be accessed and downloaded via FedBizOpps with this RFQ. Contractors are encouraged to submit through https://www.sam.gov.
FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (May 2015) with the following addenda's.
FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jun 2016)
FAR 52.219-6 - Notice of Total Small Business Set-Aside (Nov 2011)
FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 - System for Award Management (Jul 2013). Contractors are located and identified in SAM by their DUNS number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A DUNS number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov.
The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to this awarded contract.
FAR 52.222-3 - Convict Labor (Jun 2003)
FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies (Feb 2016)
FAR 52.222-21 - Prohibition of Segregated Facilities (Apr 2015)
FAR 52.222-26 - Equal Opportunity (Apr 2015)
FAR 52.222-35 - Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212)
FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793)
FAR 52.222-37 - Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212)
FAR 52.222-50 - Combating Trafficking in Persons (Mar 2015)
FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)
FAR 52.225-1 - Buy American Supplies (May 2014)
FAR 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008)
FAR 52.232-33 - Payment by Electronic Funds Transfer - Systems for Award Management (Jul 2013)
FAR 52.233-3 - Protest After Award (Aug 1996)
FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004)
*The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far.
NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS:
This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a) Prospective contractors shall complete electronic annual representations and certifications at SAM accessed via https://www.acquisition.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies.

Overview

Response Deadline
Sept. 13, 2016, 11:00 a.m. EDT (original: Aug. 23, 2016, 11:00 a.m. EDT) Past Due
Posted
Aug. 17, 2016, 2:18 p.m. EDT (updated: Sept. 8, 2016, 11:00 a.m. EDT)
Set Aside
None
Place of Performance
CGC VIGILANT Commanding Officer 9235 Grouper Road CAPE CANAVERAL, FL 32920-4402 USA
Source
SAM

Current SBA Size Standard
1300 Employees
Pricing
Fixed Price
Evaluation Criteria
Lowest Price Technically Acceptable (LPTA)
Est. Level of Competition
Low
On 8/17/16 Surface Forces Logistics Center issued Synopsis Solicitation HSCG80-16-Q-P45T45 for ANCHOR CHAINS AND LINKS due 9/13/16. The opportunity was issued full & open with NAICS 336611 and PSC 20.
Primary Contact
Title
Contracting Officer
Name
Garth C. Gobbell   Profile
Phone
(757) 628-4631

Documents

Posted documents for Synopsis Solicitation HSCG80-16-Q-P45T45

Question & Answer

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation HSCG80-16-Q-P45T45

Award Notifications

Agency published notification of awards for Synopsis Solicitation HSCG80-16-Q-P45T45

Contract Awards

Prime contracts awarded through Synopsis Solicitation HSCG80-16-Q-P45T45

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation HSCG80-16-Q-P45T45

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation HSCG80-16-Q-P45T45

Additional Details

Source Agency Hierarchy
HOMELAND SECURITY, DEPARTMENT OF > US COAST GUARD > SFLC PROCUREMENT BRANCH 3(00040)
FPDS Organization Code
7008-70Z040
Source Organization Code
100178065
Last Updated
Sept. 29, 2016
Last Updated By
PI33_DR_IAE_51681
Archive Date
Sept. 29, 2016