Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 07, 2002 FBO #0248
SOLICITATION NOTICE

99 -- Damage Control Training with Trailer

Notice Date
8/5/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Transportation, United States Coast Guard (USCG), Commanding Officer (a-3), Headquarters Support Command, U.S. Coast Guard Headquarters 2100 Second Street, SW, Room B411, Washington, DC, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
DTCGG8-02-Q-MCF032
 
Response Due
8/16/2002
 
Point of Contact
Crystal Kelly, Purchasing Agent, Phone 202-267-1571, Fax 202-267-4727, - Crystal Kelly, Purchasing Agent, Phone 202-267-1571, Fax 202-267-4727,
 
E-Mail Address
clkelly@comdt.uscg.mil, clkelly@comdt.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
NAICS : 99204 Size Standard : 500 DESCRIPTION : (SEE NOTE 22) This proposed procurement is for supplies in which the Government intends to solicit and negotiate on a sole source basis with : Metalite Industries, 1804 West 5th Avenue, Spokane, WA, 99204. The supplies required are for a Damage Control Trainer with Trailer. The trainer was designed and manufactured by Metalite Industries under supervision of Coast Guard personnel. This is to increase the number of trainers located throughout the Coast Guard. This piece of equipment was designed to provide fisherman with hands on training in damage control situations. Metalite owns the plans and specifications for this product Applicable FAR clauses for solicitation are attached. This notice is a combined synopsis/solicitation for a commercial item in accordance with Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Therefore, please read this entire notice, the instructions herein. HOW TO RESPOND: In order to compete for this project, interested parties must demonstrate that they are qualified to perform the work by providing a brief (20 pages or less) Technical and Cost Proposal by 4:00 PM, ET, August 16th, 2002. Past performance history (current or within the last 18 months) on projects similar in scope and nature, with specific references (including project identifier/contract number and description, period of performance, dollar amount, client name and current telephone number). References will be checked to validate the information provided and to determine reliability/dependability. Key personnel, (those who would have the primary responsibility for performing and/or managing the project), with relevant qualifications and specific experience. Cost Proposal: provide Firm Fixed-Price. Offerors must submit an original and two copies of the proposal to Ryan Storino, USCG Headquarters (HSC a-3), Room B411, 2100 Second St. SW, Washington, DC 20593. Electronic transmissions to mstorino@comdt.uscg.mil are acceptable, but must be timely. Proposal Evaluation Criteria: (1) Price and price-related factors. (2) Technical. (3) Past performance of your organization, including adherence to schedules and budgets, the acceptability of previous products delivered, effectiveness of program management, and the offeror's willingness to cooperate with the customer in both routine matters and when confronted by unexpected difficulties. This will be a Best-Value award determination. Technical factors will be taken under consideration, but price and past performance are far more important. The following Federal Acquisition Regulations clauses are incorporated by reference: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 00), 52.212-4 (Aug 00), 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Aug 00). Offerors can retrieve these clauses on the INTERNET at www.arnet.gov. Questions about this requirement must be in writing and submitted by fax or e-mail. Telephone inquiries are strongly discouraged. All inquiries must include the solicitation number, your full name, organization name, address, phone and fax numbers, and must be received by 12:00 (noon) ET, August 12th, 2002. A Determination by the government not to complete this proposed contract based upon responses to this notice is solely within the discretion of the government. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. (SEE NOTE 22) It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above. ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address: <http://osdbuweb.dot.gov>
 
Place of Performance
Address: Spokane, WA,
Zip Code: 99204
 
Record
SN00132322-W 20020807/020805213323 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.