Trade Leads

BATHROOM SUPPLIES REQUESTED
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 HSCG40-14-Q-61306 applies, and is issued as a Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-74 (30 May 2014). (iv) This procurement is 100% set aside for small business. The North American Industry Classification System (NAICS) code is 333999 and the business size standard is 500 employees. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. (v) ITEM 0001, ASN: 4510-01-LG8-8924, P/N: 6542614, TOILET, VACUUM, COMPLETE ASSEMBLY, WHITE CHINA, DECK MOUNTED TYPE, MANUAL FLUSH AND FULLY AUTOMATIC, CONSUMPTION SHALL BE 0.35 GALLONS PER FLUSH, INCLUDING: VACUUM BREAKER TIOLET SEAT. QUANTITY: 8 EA. Desired Delivery Date: 12/01/2014- please indicate best delivery date_____________. ITEM 0002, ASN: 4510-01-LG8-9022, P/N: 6541057, PUSH BUTTON KIT, PNEUMATIC, USED WITH ENVIROVAC MODEL 900 VACUUM FLUSH TIOLET. QUANTITY 5 EA. Desired Delivery Date: 12/01/2014-please indicate best delivery date_____________. ITEM 0003, ASN, 4510-01-LG8-9021, P/N: 5410064, COVER PLATE, ENVIROVAC, FOR PUSH BUTTON. QUANTITY 5 EA. Desired Delivery Date: 12/01/2014-please indicate best delivery date_____________. ITEM 0004, ASN: 4510-01-LG8-9442, P/N: 10NM6, MOUNTING KIT, FOR VACUUM TOILET EVAC 900 MODEL, CONSIST OF: GASKET #5600151 1 EA, STUD SST #2799882-042 2 EA, NUT SST #2503103 2 EA, WASHER SST #2503105 2 EA, COVER #2503376 2 EA. QUANTITY 5 KT. Desired Delivery Date: 12/01/2014-please indicate best delivery date_____________. ITEM 0005, ASN: 4510-01-LG0-5250, P/N: MC-1800, LAVATORY, 18" WIDE, CREW'S SINGLE UNIT, STAINLESS STEEL, WITH CABINET, IAW DWG-FL-3306-25 SHEET 18 (ATTACHED). QUANTITY 1 EA. Desired Delivery Date: 12/01/2014-please indicate best delivery date_____________. ITEM 0006, ASN: 4510-01-LG0-5251, P/N: MC-1800, LAVATORY, CREW'S TRIPLE UNIT WITH CABINET, STAINLESS STEEL, IAW DWG FL-3306-25 SHEET 18 (ATTACHED). QUANTITY 1 EA. Desired Delivery Date: 12/01/2014-please indicate best delivery date_____________. ITEM 0007, ASN: 4510-01-LG0-5252, P/N: MC-1800, TORY, 24" X 84" WITH LIGHT SINK AND PLUMBING FIXTURES. QUANTITY 3 EA. Desired Delivery Date: 12/01/2014-please indicate best delivery date_____________. ITEM 0008, ASN: 4510-00-LG2-8046, P/N: S-1491, 1-802 MOD, SHOWER, BATH FIXTURE, EXPOSED, ANTI-SCALD, BRASS, CHROME PLATED, ½" FNPT UNIONS SUPPLIES FROM ABOVE ON 2 ¼" CENTERS, SINGLE CHROME PLATED LEVER W/ADJUSTABLE TEMPERATURE LIMIT STOP, PRESSURE BALANCING MODULE W/CERAMIC TEMPERATURE SELECTOR, CONCEALED INTEGRAL MOUNTING LUGS, CHROME PLATED BRASS MANIFOLD COVER, ENTIRE UNIT OF VANDAL-RESISTANCE CONTRUCTION, 25 ½" OVERALL HEIGHT. . QUANTITY 5 EA. Desired Delivery Date: 12/01/2014-please indicate best delivery date_____________. ITEM 0009, ASN: 4510-01-LG8-9030, P/N: B-3699, DISPENSER, PAPER TOWEL AND WASTE RECEPTACLE, CAPABLE OF HANDLING 35-C FOLD OR 475 MULTI-FOLD TOWELS, WASTE RECEPTACLE TO HAVE A MINIMUM CAPACITY OF 2.0 GALLONS, SST CONTRUCTION WITH SST SKIRT FOR SURFACE MOUNTING, MAX DIM 14 ¼" WIDE X 28 5/16" HIGH X 4 ¼" DEEP. QUANTITY 4 EA. Desired Delivery Date: 12/01/2014-please indicate best delivery date_____________. ITEM 0010, ASN: 4510-01-LG9-2332, P/N: SKU 5008, 74104829, DISPENSER, SOAP, FOAM, WHITE PLASTIC, WITH NEW NO CLOGGING PUMP ACTION. QUANTITY 6 EA. Desired Delivery Date: 12/01/2014-please indicate best delivery date_____________. PACKAGING SPECIFICATIONS: IAW WITH EACH ITEM (SEE ATTACHED PAPERWORK). MARKING REQUIREMENTS: IAW WITH EACH ITEM (SEE ATTACHED PAPERWORK). (vi) Place of Delivery is: Surface Forces Logistics Center, Receiving room-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.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (Apr 2014). 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. f) Offerors shall submit no more than three relevant past performance history including: contract number, point of contact and the contact information. g) Offerors shall agree to the deliver condition that the vendor shall start the performance within 48 hours of notification 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 SAMS (System for Award Management: www.sam.gov) , verification by the applicable vendor is needed to evidence that the record is current and valid. (viii) 52.212-2 Evaluation-Commercial Items (Jan 1999). - The evaluation and award procedures in FAR 13.106 apply. The Government intends to award to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the lowest technically acceptable. This is a commercial item acquisition. Award will be lowest technically acceptable. (ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2014) with Alt 1 included are to be submitted with your offers. (x) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 2014) applies to this acquisition. (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (May 2014). The following clauses listed in 52.212-5 are incorporated: a. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2013) (Pub.L. 109-282)(31 U.S.C. 6101 note). b. 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). c. 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632 (a)(2)). d. 52.222-3 Convict labor (June 2003) (E.O. 11755) e. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (EO 11755) f. 52.222-21 Prohibition of Segregated Facilities (Feb 1999) g. 52.222-26 Equal Opportunity (March 2007)(E.O. 11246) h. 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). i. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug. 2011) (E.O. 13513). j. 52.222-50 Combating Trafficking in Persons (Feb. 2009) k. 52.225-1 Buy American Act- Supplies (May 2014) (41 U.S.C. 10a-10d) l. 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). m. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Jul 2013)(31.S.C. 3332). n. 52.233-3 Protest after award (Aug. 1996.) o. 52.233-4 Applicable Law for Breach of Contract Chain (Oct.2004). p. The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. Copies of HSAR clauses may be obtained electronically at: http://www.dhs.gov/interweb/assetlibrary/DHS_HSAR_DEC_2003.pdf , COMDTINST (Ombudsman) 4200.14 at http://cgweb.comdt.uscg.mil/G-CFP/g-cpm/instruction/AGENCY%20PROTESTS.HTM. Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. (xii) See required documents for scanned copies of each item requested. (xiii) Defense Priorities and Allocations System (DPAS): N/A Quotes may be faxed (410) 762-6008 or emailed to Carolyn.Ward@uscg.mil (xv) POC is Carolyn Ward, Procurement Agent, 410-762-6601. Please consult the list of document viewers if you cannot open a file. Required information Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..) Required_Information.doc (45.00 Kb) Description: Required Information Drawing_FL_3306_25_1_-_G.pdf (252.62 Kb) Description: Drawing FL-3306-25 sheet 18 for line items 5 and 6 Packaging_marking_requirements_HSCG40-14-Q-61306.pdf... (4,178.00 Kb) Description: Packaging and marking requirements for all line items Ombudsman.doc (33.00 Kb) Description: Ombudsman Required information Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..) Required_Information.doc (45.00 Kb) Description: Required Information Drawing_FL_3306_25_1_-_G.pdf (10,547.88 Kb) Description: Drawing FL-3306-25 sheet 18 for line items 5 and 6 Packaging_marking_requirements_HSCG40-14-Q-61306.pdf... (4,178.00 Kb) Description: Packaging and marking requirements for all line items Ombudsman.doc (33.00 Kb) Description: Ombudsman Required Information Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..) Required_Information.doc (45.00 Kb) Description: Required Information Drawing_FL_3306_25_1_-_G.pdf (10,547.88 Kb) Description: Drawing FL-3306-25 Sheet 18 for line items 5 and 6 Packaging_marking_requirements_HSCG40-14-Q-61306.pdf... (4,178.00 Kb) Description: Packaging and marking requirements for all the line items COMBO-FebBiz-Q_&_A_to_HSCG40-14-Q-61306.doc (39.50 Kb) Description: Questions & Answers for HSCG40-14-Q-61306 Ombudsman.doc (33.00 Kb) Description: Ombudsman Contracting Office Address: 2401 Hawkins Point Road Building 31, Mail Stop 26 Baltimore, Maryland 21226-5000 United States Primary Point of Contact.: Carolyn Ward carolyn.ward@uscg.mil Phone: 410-762-6601 Fax: 410-762-6008