Skip to main content

An official website of the United States government

You have 2 new alerts

LUMBER

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • Original Published Date: Dec 20, 2021 04:55 pm EST
  • Original Date Offers Due: Dec 28, 2021 12:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Jan 12, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5510 - LUMBER AND RELATED BASIC WOOD MATERIALS
  • NAICS Code:
    • 321912 - Cut Stock, Resawing Lumber, and Planing
  • Place of Performance:

Description

  1. 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 requested and a separate written solicitation will not be issued.
  2. Solicitation number 2122402Y152134082-085 applies, and is issued as a Request for Quotation.
  3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03(JUL 2019).
  4. This procurement is 100% set aside for small business. The North American Industry Classification System (NAICS) code is 321912 and the business size standard is 500 PPL. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. 
  1. 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 28, 2021_, at _12_ p.m. Eastern Standard Time.

                   ITEM 0001 –  NSN 5510 01-LG4-9349

LUMBER, 4" X 4" , PRESSURE TREATED .40 CCA,

HEMLOCK / FIR / SOUTHERN YELLOW PINE, 2 1/2

#/CU FT RETENTION, 16 FT MIN. TO 20 FT MAX.

LENGTH. I.A.W, GRADE #1 DENSE.

                   Quantity:   640 FT                   Delivery date: 01/05/2022

                   ITEM 0002 –  NSN 5510 00-LG0-0326

LUMBER, 2" X 4" X 16 FT, DOUGLAS FIR, S4S,

STAMP GRADED, WCLIB LIGHT FRAMING, ORDINARY

CONSTRUCTION. STANDARD OR GRADE-2, (KILN

DRIED)

PLEASE USE AMERICAN SOFTWOOD STANDARD PS-20 AS A REFERENCE.

                   Quantity:  324 EA                   Delivery date: 01/05/2022

                   ITEM 0003 –  NSN 5510 00-LG0-0333

LUMBER, 2" X 6" X 20 FT, DOUGLAS FIR, S4S,

CONSTRUCTION LIGHT FRAME GRADE FOR JOISTS,

PLANKS, ETC. GRADE 2.

PLEASE USE AMERICAN SOFTWOOD STANDARD PS-20 AS A REFERENCE.

                   Quantity:  120 EA                   Delivery date: 01/05/2022

                   ITEM 0004 –  NSN 5510 01-433-3930

LUMBER, 2" X 12" X 16', NO. 2 GRADE SOUTHERN

PINE, USED FOR CONSTRUCTION OF BOXES, STUDS,

RAFTERS AND BLOCKING.

                   Quantity:  6048 BF                   Delivery date: 01/05/2022

                                                 

NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS   ARE AVAILABLE FROM THIS AGENCY.

  1. Place of Delivery is: USCG YARD, 2401 Hawkins Point Road, Bldg 88,,  Baltimore, MD 21226.                        

 **** Please quote prices FOB Destination. ****

  1. 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.                                                                                 
      1. 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.

  1. 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.
  2. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (OCT 2018) with Alt 1 included are to be submitted with your offers. 
  3. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2018) applies to this acquisition.
  4. 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:
    1. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards  (OCT 2018) (Pub.L. 109-282)(31 U.S.C. 6101 note).
    2. 52.204-99, System for Award Management Registration (OCT 2016)
    3. 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).
    4. 52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013) (15 U.S.C. 632 (a)(2).
    5. 52.222-3 Convict labor (June 2003) (E.O. 11755)
    6. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (JAN 2018) (EO 11755)
    7. 52.222-26 Equal Opportunity (SEP 2016)(E.O. 11246)  
    8. 52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).
    9. 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627)
    10. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).
    11. 52.225-1, Buy American-Supplies (May 2014) (41 U.S.C. chapter 83)
    12. 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).
    13. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2018)(31.S.C. 3332). 
    14. 52.222-41, Service Contract Act of 1965 (AUG 2018) (41 U.S.C. 351, et seq.).
    15. 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.).
    16. 52.233-3 Protest after award (Aug. 1996.)
    17. 52.233-4 Applicable Law for Breach of Contract Chain (Oct.2004).
  1. Defense Priorities and Allocations System (DPAS): N/A
  2. QUOTES ARE DUE BY 12:00 NOON EST on 28 DECEMBER 2021. Quotes may be emailed to Brandie.r.dunnigan@uscg.mil      
  3. POC is Brandie Dunnigan, Procurement Agent, 410-762-6446.

Contact Information

Contracting Office Address

  • 2401 HAWKINS PT RD. BLDG 31 MS 26
  • BALTIMORE , MD 21226
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • Jan 12, 2022 11:55 pm ESTCombined Synopsis/Solicitation (Original)