Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 13, 2004 FBO #0899
SOLICITATION NOTICE

39 -- Relocation of APA Carousels

Notice Date
5/11/2004
 
Notice Type
Solicitation Notice
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road Building 31, Mail Stop 26, Baltimore, MD, 21226-5000
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-04-Q-66004
 
Response Due
6/4/2004
 
Archive Date
6/19/2004
 
Point of Contact
Keith Wakefield, Purchasing Agent, Phone 410-762-6220, Fax 410-762-6270, - Robert Orofino, Contracting Officer, Phone 410-762-6503, Fax 410-762-6270,
 
E-Mail Address
kwakefield@elcbalt.uscg.mil, rorofino@elcbalt.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
The USCG Engineering Logistics Center has a requirement for the following : Disassembly and Transport of APA White Carousels as described in the following Scope of Work: STATEMENT OF WORK USCG ENGINEERING LOGISTICS CENTER RELOCATION OF APA CAROUSELS Overview: The USCG Engineering Logistics Center has built a new warehouse at the USCG Yard in Curtis Bay, MD. The USCG requires the disassembly, transportation and storage of 3 APA White carousels. The carousels will be disassembled and transferred to the new warehouse. Upon arrival in Curtis Bay the carousel will be stored by the government for an undetermined amount of time. The Columbia warehouse is located at 6751 Alexander Bell Dr. Columbia, MD 21046 and the new warehouse is located at 2401 Hawkins Point Rd. Baltimore, MD 21226. The new warehouse is approximately 22 miles from Columbia. Normal work hours are Monday-Friday 0700-1600. The move must be completed by 16 July 2004. Disassembly: The carousels will be emptied by the USCG prior to disassembly. The contractor will be required to disassemble the units. The disassembly will include labelling all parts and providing a master parts list to facilitate the reinstallation at a later date. All parts will be packaged for transportation and storage. Transportation: After the systems are disassembled and labelled, the contractor will move them to the new Curtis Bay warehouse. Storage location will be provided upon arrival. A site visit to the Columbia warehouse is required. Concerns that respond to this notice must fully demonstrate the capability to accomplish the above and are to supply pertinent information in sufficient detail to demonstrate a bona fide capability to meet the requirements. Quotation shall include the company Tax Information Number and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. This is a combined synopsis /solicitation for commercial items prepared in accordance with 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. This solicitation and incorporated provisions and clauses are those in effect through FAR 2001. 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 (JAN 2004). 52.212-2 Evaluation-Commercial Items-Pricing consideration and past performance are evaluation factors - (JAN 1999). FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (MAY 2004) with Alt 1 included. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (JAN 2004). FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (MAY 2004). The following clauses listed in 52.212-5 are incorporated: 52.219-8, Utilization of Small Business Concerns (MAY 2004)(15 U.S.C. 637(d)(2)and(3);52.222-3 Convict Labor (June 2003)(E.O. 11755);52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (APR 2002)(E.O. 11246); 52.222-35, Affirmative Action for Special Disabled Veterans, Veterans of the Vietnam Era , and Other Eligible Veterans(DEC 2001) (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities(JUN 1998)(29 USC 793) 52.222-37,Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (DEC 2001)(38 U.S.C. 4212); 52.225-1, Buy American Act, Supplies (JUN 2003)(41 U.S.C. 10a-10d); 52.225-13,Restrictions on Certain Foreign Purchases (OCT 2003)(E.O.S. Proclamations and Statutes Administered by the Office of Foreign Assets Control of the Department of the Treasury); 52.232-33, Payment by Electronics Funds Transfer Central Contractor Registration (OCT 2003)(21 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (DEC 2003); HSAR Clause 3052.211.90 Bar Coding Requirements (DEC 2003); HSAR Clause 3052.213-90 Evaluation Factor for Coast Guard Performance of Bar coding Requirement (DEC 2003). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. See Numbered Note 1.
 
Record
SN00583506-W 20040513/040511211529 (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.