Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 31, 2005 FBO #1496
MODIFICATION

54 -- 54-prefabricating and scaffolding

Notice Date
12/29/2005
 
Notice Type
Modification
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
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
HSCG40-06-Q-40170
 
Response Due
12/19/2005
 
Archive Date
1/3/2006
 
Point of Contact
Patricia Johnson, Purchasing Agent, Phone 410-762-6493, Fax 410-762-6008, - David Monk, Contracting Officer, Phone 410-762-6456, Fax 410-762-6056,
 
E-Mail Address
Patricia.R.Johnson@uscg.mil, Dave.H.Monk@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
THE ABOVE REFERENCE SOLICITATION IS HEREBY CANCELLED AND IT'S ENTIRETY. THIS IS A COMBINDED SYNOPSIS/SOLICATION FOR COMMERICAL SUPPLIES OR SERVICES PREPARED IN ACCORDANCE WITH SUBPART 12.6 AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUUNCEMENT CONSTITUTES THE ONLY SOLICATION; PROPOSALS ARE BEING REQUEST AND A WRITTEN SOLICITATION MAY BE ADDRESSED TO PAT JOHNSON AT (410)762-6493) OR DAVID MONK(410)762-6456). PROPOSALS MY BE SUBMITTED ELECTRONCIALLY TO THE FOLLOWING EMAIL ADDRESS: PATRICIA.R.JOHNSON@USCG.MIL. THE UNITED STATES CAOAST GUARD ENGINEERING LOGITICS CENTER HAS A FULL AND OPEN HSCG40-06-Q-40170 FOR THE FOLLOWING SERVICE OF A CONTRACTOR TO SUPPLY LABOR AND MATERIALS TO ERECT SCAFFOLDING. SCAFFOLDING MUST BE OF SAFWAY SYSTEMS TYPE OR EQUAL. SYSTEM SHALL BE STEPPED IN OR OUT TO MATCH CONTOUR OF VESSEL. THE DISTANCE BETWEEN THE VESSEL AND THE SCAFFOLDING SYSTEM IS TO BE 2 1/2 TO 3 FEET. WALKBOARS SHALL BE SET SO WORKERS CAN REACH ALL AREAS OF THE FREEBOARD WITH MINIMUM AMOUNT OF EFFORT. SCAFFOLDING SHALL BE UP TO 40 FOOT HIGHT TO REACH UPPER LEVES OF FREEBOARD. SCAFFOLDING MUST EXTEND DOWN BOTH SIDES OF THE VESSEL AND ACROSS THE STERN. THE LENGTH OF THE VESSEL IS 180 FEET AND THE STERN IS APPROXIMATELY 37 FEET. CONTRACTOR MAY BE REQUESTED TO ADJUST SCAFFOLDING FOR UP TO THREE VISITS AND FOUR HOURS PER VISIT. SCAFFOLDING SYSTEM MUST MEET OSHA REGULATION 29 CFR 1915 SUB PART E. WORK IS TO START ON OR ABOUT JANUARY 9TH 2006 AND TO BE COMPLETED IN SEVERN CALENDAR DAYS. 1 JOB. THE OFFERER MUST BE KNOWLEDGEABLE AND HAVE A TRACT RECORD OF ACCOMPLISHMENTS IN PROVING THIS TYPE OF SERVICE. OTHER OFFERORS HAVING THE EXPERTISE AND REQUIRED CAPABILITIES CAN SUBMIT SUCH DATA DISCUSSING THE SAME WITHIN THE REQUIRED TIMEFRAME. CONCERNS THAT RESPOND TO THIS NOTICE MUST FULLY DEMONSTRATE THE CAPABILITY TO ACCOMPLISH THE ABOVE AND ARE TO SUPPLY PERTINIENT INFORMATION IN SUFFICIENT DETAIL TO DEMONSTRATE A BONA FIDE CAPABILITY TO MEET THE REQIREMENTS. THIS SOLICITATION IS SETASIDE FOR SMALL BUSINESSES, PRICE AND DELIVERY ARE THE EVALUATION FACTORS. THIS IS A COMMERICAL SERVICE ACQUISITION SUBJECT TO THE EVALUATION PROCES OUTLINED IN FAR 13.106. The company Tax Identification Number and Duns Number. Offeror must also fill out and return FAR Clause 52.212-3 Offeror Representations and Certifications-Commercial Items (JUNE 2003). Quotations shall be received no later than October 19, 2005, All responsible sources may submit a quotation, which if timely received shall be considered by this agency. This solicitation and incorporated provisions and clauses are that in effect through Federal Acquisition Circular (FAC) FAC-2001-26, and FAR subpart 4.12 ANNUAL REPRESENTATIONS AND CERTIFICATIONS, the use of ORCA is mandatory as of January 1, 2005. ORCA is available through Business Partner Network (BPN), www.bpn.gov Contractors will use ORCA to electronically submit annual representations and certifications (REP & CERTS). Contractors will no longer be required to submit hard copies of ORCA, they must have Central Contractor Registration (CCR) record and a marketing partner identification number (MPIN). The NAICS code for this solicitation is 334412 and the small business size standard is 500 employees. 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 2003); 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2003); and 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders, Commercial Items (JUNE 2004). The following clauses listed in 52.215-5 are hereby incorporated: 52.219-8, Utilization of Small Business Concerns (May 2004); 52.222-3 Convict Labor (JUNE 2003); 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (E.O. 13126); 52.225-1, Buy American Act-Supplies (41 U.S.C. 10a-10D); 52.225-13, Restriction on Certain Foreign Purchases (E.O. 12722, 12724, 13059, 13067, 13121, and 13129); 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332). The following clauses are incorporated as addenda to this solicitation: 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); 3052.211-90 Bar Coding Requirements and 3052.209-70 Prohibition on Contracts with Corporate Expatriates in all solicitations and contracts. Copies of HSAR clause may be obtained electronically at http://www.dhs.gov. The notice for filing agency protest can be accessed at site http://cgweb.comdt.uscg.mil. Department of Homeland Security U.S. Coast Guard Engineering Logistics Center Yard Acquisition Contracting
 
Place of Performance
Address: US COAST GUARD YARD, 2401 HAWKINS PT. ROAD, SINGER LIFT (CGC GENTIAN), BALTIMORE, MD 21226
Country: US
 
Record
SN00959292-W 20051231/051229211557 (fbodaily.com)
 
Source
FedBizOpps 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.