Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 25, 2005 FBO #1276
SOLICITATION NOTICE

K -- MODIFY EXHAUST FOR TWO U.S.C.G. TRACEN COOLING TOWERS

Notice Date
5/23/2005
 
Notice Type
Solicitation Notice
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer (fs), U.S. Coast Guard Training Center, Thayer Hall, Room 211, Yorktown, VA, 23690-5000
 
ZIP Code
23690-5000
 
Solicitation Number
HSCG41-05-Q-W4B32
 
Response Due
6/3/2005
 
Archive Date
6/18/2005
 
Description
This is a combined Synopsis/Solicitation for services prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this announcement. This announcement constitutes the only solicitation; Proposals are being requested and a written solicitation will not be issued. Solicitation Number: HSCG41-05-Q-W4B32 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect thru Federal Acquisition Circular 01-20. The standard industrial classification code is 3731 and the North American Industry Classification System (NAICS) code is 235310. The Government intends to award a Firm Fixed Price Order/Contract utilizing Simplified Acquisition Procedures (SAP) FAR Part 13.5. The Coast Guard has a requirement to overhaul and repair two VX Cooling Towers, Model(s) VXT-105-1, Serial Number?s 83-3398 and 833399. Located at The U.S. Coast Guard Training Center Yorktown, Virginia. The Cooling Towers are located in Elbert Hall, Building 222. Contractor will provide all labor, materials, and equipment, to accomplish the work specified in accordance with PDF drawings 2-22265-02, Cooling Water Diagram (sheet 2 of 3) and PDF Drawing 2-22265-01, Modify Generator Exhaust (sheet 3 of 3). The contractor shall be responsible for the removal of all waste associated with this contract and or repair any disturbance of landscape surrounding the project. Work shall be accomplished with in 60 calendar days after receipt of notice of award according to the Scope Of Work and technical drawings. Scope Of Work will be provided via email in PDF format upon request to this Synopsis/Solicitation. IMPORTANT NOTICE: FAR 52-232-33 (Payment by Electronic Funds Transfer Central Contractor Registration, May 1999) mandatory requirement for contractors to be registered in the CCR Database. CONTRACTORS MAY REGISTER ONLINE AT HTTP://WWW.CCR.GOV/. IT IS MANDATORY TO OBTAIN A DUNS NUMBER PRIOR TO REGISTERING. CONTRACTORS SHALL CALL DUN & BRADSTREET (1-800-333-0505) TO OBTAIN. AWARD CANNOT BE MADE UNLESS REGISTERED. The following FAR Provisions and clauses apply to this solicitation. FAR 52.212-1 Instructions to Offerors-Commercial Items is hereby included by reference. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items shall be completed and submitted with proposal. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Incorporating the following FAR Clauses by reference: 52.216-24 Limitations Of Government Liability. 52.216-25 Contract Definitization. 52.222-3 Convict Labor (AUG 1996). 52.233-3 Protest After Award. 52.222-20 Walsh-Healy Public Contracts Act (DEC 1996). 52.222-26 Equal Opportunity (FEB 1999). 52-222-35 Affirmative Action for Workers with Disabilities (JUNE 1998). 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era. 52.225-3 Buy American Act-Supplies, 52.225-21 Buy American Act-North American Free Trade Agreement Implementation Act-Balance of Payments Program). The full text of the FAR can be accessed on the Internet at the following: http://www.arnet.gov/far/. Offerors responding to this announcement must include a completed copy of provision 52.212-3, Offeror Representations and Certifications-Commercial Items. The Contractor shall extend to the Government the full coverage of any standard commercial warranty normally offered in a similar sale, provided such a warranty is available at no additional cost to the government. The government will award an order resulting from this solicitation to the responsible offeror whose offer conforms to the solicitation that will be most advantageous to the government, price and other factors considered. The government reserves the right to evaluate technical compliance/conformation with the specifications as indicated and make a best value decision. This could result in award to other than the lowest price offered. All responsible sources may submit an offer, which will be considered by the agency. All written proposals along with the above required completed clauses/provisions must be submitted and received at this office on or before June 03, 2005 at 2:00 PM eastern time. Quotations may be faxed to (757) 856-2126, Attn: CWO J. A. Crisano. Electronic Quotations may be sent to jcrisano@tcyorktown.uscg.mil. Written quotations may also be sent to the following address: Contracting Officer (fs), U.S. Coast Guard Training Center, End of State Road 238, Yorktown, VA. 23690-5000. Please direct all questions regarding this procurement to CWO J.A.Crisano at (757) 856-2081. This is NOT a sealed bid advertisement, and quotations will NOT be publicly opened. The technical data package (specifications, scope of work) will only be available on PDF format by Electronic email at jcrisano@tcyorktown.uscg.mil. Any amendments issued to the solicitation will be posted on this website. Prospective bidders are responsible for checking the website for amendments up to the date and time of due date for receipt of bids.
 
Place of Performance
Address: USCG Training Center Yorktown, Yorktow, VA.
Zip Code: 23690-5000
Country: United States
 
Record
SN00813481-W 20050525/050523211539 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.