Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 09, 2006 FBO #1536
SOLICITATION NOTICE

Z -- PIER LIGHT POLE REPAIRS

Notice Date
2/7/2006
 
Notice Type
Solicitation Notice
 
NAICS
238210 — Electrical Contractors
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command Portsmouth, 4000 Coast Guard Boulevard, Portsmouth, VA, 23704-2199
 
ZIP Code
23704-2199
 
Solicitation Number
HSCG27-06-Q-3WG151
 
Response Due
3/1/2006
 
Archive Date
3/16/2006
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 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. HSCG27-06-Q-3WG151 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 05-08. The applicable NAICS number is 238210 and the small business size standard is $12.0M. This is unrestricted procurement. The FOB Destination delivery is to: Portsmouth, VA, on or before: 14 April 2006. Offers are due at: Comptroller, USCG ISC Portsmouth, VA by the Close of Business on 1 March 2006. Questions may be directed to Dale Kendrick, telephone (757) 483-8541. The USCG ISC Portsmouth has a requirement to purchase: WORK COVERED BY CONTRACT: Contract work shall encompass the following items of work as described in these specifications. This summary is not all-inclusive and delineates only those work items deemed as major to the contract. Ancillary work items not listed below, though necessary to attain the completed project, shall be included in the contract. WORK INCLUDED: The contractor shall provide all labor, materials, equipment, transportation and supervision necessary to perform the work as described herein. All work shall be conducted per this scope of work and all applicable Federal, State and Local laws, regulations, codes and directives. Work of an incidental nature not expressly described in this scope although necessary to complete the project shall be included. GENERAL: Electrical power, water and sanitary facilities are available at the site. Use of electrical power is limited to tools that can operate on 120V AC/ 60Hz, single phase. SCOPE OF WORK: Make repairs to lifting and power supply cables located in one 100? High Mast Light Pole and inspect a second one for damage and proper functioning of lifting cables.. Install new parts of equal or better quality than original equipment. Poles are located at INTEGRATED SUPPORT COMMAND PORTSMOUTH, PORTSMOUTH, VA. 1.1 Provide labor, all materials and equipment to include cranes, forklifts, etc. to complete the following work. Provide and install a new hoist cable with transition assembly. Provide and install new main power cord with split boot for dual circuit system. Provide and install new winch cable with jaw and eye assembly. These items are to be installed in one of two 100? poles to be identified by the government. The second pole is to be inspected; findings and recommendations are to be provided in writing to government on site representative. When repairs and inspection are complete contractor is to verify that cables are free from any twist that could result in damage to newly installed materials. Operation of poles will be verified by government onsite prior to acceptance of repairs. All cables and cords recovered from the poles will remain government property and shall be surrendered to government onsite. NOTE: Contractors shall manage and dispose of all hazardous wastes resulting from their operations in accordance with applicable local, state, and federal requirements. SITE VISIT: All bidders are strongly encouraged to visit the site before submitting bids. Interested parties shall make arrangements for a site visit with Robert Lewis at 757-636-2662. MILITARY REGULATIONS: The contractor, his employees and sub contractors shall become familiar with and obey all station regulations. All personnel employed on the project shall keep within the limits of the work and avenues of ingress and egress, and shall not enter any other areas outside the site of work unless required to do so in the performance of their duties. The Contractor?s equipment shall be conspicuously marked for identification. There shall be no smoking in any Coast Guard building. WORK HOURS: The Contractor shall perform the on site work during the normal operational hours of 8:00 am and 4:00 pm Monday through Friday except Federal Holidays. Any deviation from normal hours will be at the discretion of Tom Jewett. PERFORMANCE: All work shall be completed within 30 days of notice to proceed. CLEANUP OF WORK AREAS: The Contractor shall remove and properly dispose of all trash, and debris incident to the contract work from the limits of government property, as well as all adjacent affected areas. Disposal shall be in accordance with Local, State, and Federal regulations. ACCEPTANCE OF WORK: Prior to acceptance of work by the Coast Guard, the Contractor shall arrange through Robert Lewis, and inspection of the work site to ensure proper operation, to identify necessary corrective work, and to ensure proper work area cleanup. Company?s quotes should include: (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price, availability and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; (12) Company Tax Information Number and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The following FAR provisions/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 (JULY 2003); there are no addenda to this provision. FAR 52.212-2 Evaluation-Commercial Items-Pricing (JAN 1999) is not incorporated. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2004) with Alt 1 must be included with your offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jan 2004); there are no addenda to this clause. 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 (if any): 52.222-3 Convict labor (June 2003) (E.O. 11755); 52.222-26 Equal Opportunity (E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (29 U.S.C. 793); 52.222-36 Affirmative Action for Workers with Disabilities; 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212); 52.225-1, Buy American Act-Supplies (June 2003) (41U.S.C. 10a-10d); 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21U.S.C. 3332); 52.222-41, Service Contract Act of 1965, as Amended (May 1989) (41U.S.C.351, et seq.); HSAR 3052.242-72, Contracting Officer?s Technical Representative (Dec 2003). The following Homeland Security Acquisition Regulations (HSAR) 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.
 
Place of Performance
Address: USCG ISC PORTSMOUTH, 4000 COAST GUARD BLVD, PORTSMOUTH, VA
Zip Code: 23703-2199
Country: US
 
Record
SN00982221-W 20060209/060207213439 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.