Trade Leads

UPHOLSTERY NEEDED
500 SERIES UPHOLSTERY Solicitation Number: HSCG40-15-Q-K00047 Agency: Department of Homeland Security Office: United States Coast Guard (USCG) Location: USCG Sector Baltimore Transportation Equipment Manufacturing/336611 -- Ship Building and Repairing THE USCG SURFACE FORCES LOGISTICS CENTER, SBPL PRODUCT LINE, HAS A REQUIREMENT TO PROCURE THE ITEM NOTED BELOW. QUOTES MAY BE SUBMITTED BY EMAIL TO erika.c.nixon@uscg.mil OR FAXED TO 410-762-6570. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined subpart 12.6, FAC 2005-74 (DEC 2014) 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 small business size $7.0 million. This synopsis/solicitation is issued pursuant to FAR 6.203-1 and HSAM 3006.302-1. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13. This notice is set aside for small business. The United States Coast Guard Surfaces Forces Logistics Center has a requirement and requesting quotations for the following : ITEM #1) NSN: 2090-01-HS2-4466 500 Series Upholstery MFG: Stidd Systems PART NUMBER: U/530N-CG DESCRIPTIVE DATA: QTY: 20 EACH REQUESTED DELIVERY DATE: 04/04/2015 YOU MUST BE AN AUTHORIZED DISTRIBUTOR OR DEALER OF STIDD SYSTEMS AND PROVIDE WRITTEN DOCUMENTATION FROM STIDD SYSTEMS. Substitute parts are not acceptable. It is anticipated that a non competitive sole source purchase shall be awarded as result of this synopsis/ solicitation. It is the Governments belief that only STIDD SYSTEMS and or their authorized distributors can obtain the required technical and engineering data and genuine OEM parts required to successfully provide these items. Concerns having the expertise and require capabilities to provide these items are invited to submit complete information discussing the same within (2) calendar days from this notice is posted. The information submitted must include a letter from the OEM verifying the offeror is an authorized distributor and verifying the OEM will supply only genuine OEM parts FOB DESTINATION PRICE TO: SFLC AMMIS Warehouse 2401 Hawkins Point Road Bldg 24 Baltimore, MD 21226 PRESERVATION, PACKING, & MARKING SHALL BE IN ACCORDANCE WITH SPECIFICATIONS: INDIVIDUAL PACK & MARK EACH ITEM PER SP-PP&M-001 PACK EACH ITEM IN ITS OWN PROTECTIVE CONTAINER. 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) and shall provide the company Tax Information Number (TIN) with their offer. The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors - Commercial Items (DEC2014); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (DEC 2014). The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (DEC 2014); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (DEC 2014). The following clauses listed within FAR 52.212-5 are applicable: 52.219-28, Post Award Small Business Program representation (APR 2009) (15 U.S.C. 632(a)(2); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jul 2010)(E.O. 13126); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999); FAR 52.222-26, Equal Opportunity (MAR 2007)(E.O. 11246); FAR 52.222.35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era and Other Eligible Veterans (Sep 2010)(38 U.S.C. 4212) FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010)(29 U.S.C. 793); FAR 52.222-50, Combating Trafficking in Persons (FEB 2009); FAR 52.225-1, Buy American Act-Supplies (FEB 2009)(41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003)(31 U.S.C. 3332); The Contractor is responsible for performing or having performed all inspections and tests necessary to substantiate that the supplies or services furnished under this contract conform to contract requirements, including any applicable technical requirements for specified manufacturers' parts. Title 48: Federal Acquisition Regulations 3052.209-70 Prohibition on contracts with corporate expatriates The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequent updates its information in the SAM database to ensure it is current, accurate and complete. Contractors may obtain information on registration and annual confirmation requirements via the SAM accessed through https://www.acquisition.gov or by calling 866-606-8220, or 334-206-7828 for international calls. (End of Clause) Please consult the list of document viewers if you cannot open a file. Package #1 Posted Date: January 5, 2015 STIDD_SYSTEMS_JTFOC.pdf (306.53 Kb) Description: STIDD SYSTEMS JTFOC PACKING REQ Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..) Posted Date: January 5, 2015 Packing_requirements.rtf (59.83 Kb) Description: PACKING REQUIREMENTS Contracting Office Address: 2401 Hawkins Point Road Baltimore, Maryland 21226 United States Place of Performance: SFLC AMMIS WAREHOUSE 2401 HAWKINS POINT ROAD BLDG 24 BALTIMORE, Maryland 21226 United States Primary Point of Contact.: ERIKA NIXON ERIKA.C.NIXON@USCG.MIL Phone: 4105762659