Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 29, 2006 FBO #1615
SOLICITATION NOTICE

59 -- ISO Base Seismic Pads

Notice Date
4/27/2006
 
Notice Type
Solicitation Notice
 
NAICS
334513 — Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commander (fcp), USCG Maintenance and Logistics Command - Pacific, Coast Guard Island Building 54A, Alameda, CA, 94501-5100
 
ZIP Code
94501-5100
 
Solicitation Number
HSCG89-06-Q-65S298
 
Response Due
5/16/2006
 
Archive Date
9/30/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance FAR subpart 13.5, Test Program for Certain Commercial Items. The policies contained in FAR Part 12, Acquisition of Commercial Items shall be used as supplemented with additional information included in this notice. The proposed acquisition is 100% set aside for small businesses. This announcement constitutes the only solicitation. Quotations are being requested under number HSCG89-06-Q-65S298. The NAICS code is 334513. The small business size standard is 500 employees. This solicitation is for all labor, materials, installation, transportation and supplies for ISO Base Seismic Pads. See below for the specific specifications. Delivery shall be FOB Destination to the U.S. Coast Guard Integrated Support Command, 1519 Alaskan Way South, Building 4, Seattle, Washington. This resultant contract from this solicitation will be firm fixed price. The solicitation document, incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 05-08. The following clauses and provisions apply to this acquisition: 52.212-1 Instructions to Offerors Commercial Items. The provision at 52.212-2 Evaluation Commercial Items; the evaluation criteria are as follows: (1) Price, (2) Technical Capability to meet the requirements stated herein, and (3) Past Performance. Evaluation factors (2) and (3) are equal in importance. Evaluation factors (2) and (3) combined are equal to (1). The contract award will be offered to the best value offer made to the Government, considering price, technical capability, and past performance. In addition, all offerors must submit a completed form FAR clause 52.212-3, Offeror Representations and Certifications Commercial Items. This clause may be downloaded, free of charge, at http://www.arnet.gov/far. Offerors who fail to submit a completed FAR 52.212-3 may be considered nonresponsive and will not be considered in the evaluation. All Offerors must be registered with the Central Contractors Registry (CCR) per FAR 204-7, Central Contractor Registration. Offerors who are not registered with CCR may be considered nonresponsive and will not be considered in the evaluation. The contractor will be required to provide along with price, a delivery schedule, sufficient technical literature, pictures, past performance information, a completed FAR 52.212-3; and Offeror name, address, point of contact name, phone number, e-mail address, fax number, tax identification number and DUNS number. Relevant Past performance information should be three (3) references within the last five (5) years. Provide Company?s name, point of contact, telephone number, fax number and e-mail address. This information must be current. FAR 52.212-4 Contract Terms and Conditions Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items. In paragraph (B) of 52.212-5, the following apply: 52.204-9, 52.219-4, 52.219-6, 52.219-25, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-1, and 52.225-13, 52.223-6, 52.228-5, 52.247-34. Additional FAR Clauses applicable to this requirement: 52.222-19, 52.222-20, 52.229-3, 52.232-8, 52.246-2, 52.246-16, 52.246-23 and 52.249-1 All clauses and provisions referenced in this announcement may be accessed at the following website: http://www.arnet.gov/far. Numbered Note 1 is included in this solicitation. The date and time set for receipt of offer are Tuesday, 16 May 2006, 2:00PM, local time. Offer shall be submitted to: U.S. Coast Guard, MLCPAC (fcp-1), Jocelyn Brox-Chester, Contracting Officer, Coast Guard Island, Building 54, Alameda, CA 94501-5100. All questions regarding this solicitation shall be submitted in writing to the Contracting Officer stated above at fax 510/437-3014 or E-mail: Jocelyn.A.BroxChester@uscg.mil. All interested firms are encouraged to register at FedBizOpps to receive notification of further postings regarding this procurement. All interested parties are encouraged to download the solicitation. All responsible sources may submit a quote which shall be considered by the agency. Below is the description of items. Provide pricing information for each individual item to provide all labor, materials, equipment, supplies and transportation to assemble and install ISO-Base Seismic Pads at ISC Seattle Building 4 as follows: CLIN 0001 ? Room 339, VTS Equipment Room: Quantity: 10 EA, Product No. IBP1042B, Description: 1-10.75? W X 42? long planks $____________; 32 EA, Product No. N/A, Description: connectors $___________; Quantity 40 EA, Product No. IB08CM, Description: Isobase round urethane mat $__________; Quantity 10 EA, Product No. WST-IBPL, Description: assembly cost, $__________; Quantity 8 EA, Product No. WST-IBP-cold, Description: ramp/install cold units on IBP $____________. CLIN 0002 ? Room 120, Telephone Room: Quantity 4 EA, Product No. IBP1033B, Description: 1-10.75? W X 33? long plank $___________________; Quantity 8 EA, Product No. N/A, Description: connectors 36? $__________; Quantity 4 EA, Product No. N/A, Description: connectors 33.5? $___________, Quantity 16 EA, Product No. IB08CM, Description: Isobase round urethane mat $______________; Quantity 4 EA, Product No. WST-IBPL, Description: assembly cost $_______________; Quantity 4 EA, Product No. WST-IBP-cold, Description: ramp/install cold units on IBP $_____________. CLIN 0003 ? Room 130 ? Science Room: Quantity 2 EA, Product No. IBP1042B, Description: 1-10.75? W X 42? long plank $_____________; Quantity 4 EA, Product No. N/A, Description: connectors 37? $___________; Quantity 8 EA, Product No. IB08CM, Description: Isobase round urethane mat $_____________; Quantity 2 EA, Product No. WST-IBPL; Description: assembly cost $___________; Quantity 1 EA, Product No. WST-IBP-cold, Description: ramp/install cold units on IBP $________. CLIN 0004 ? Room 135 ? Servers: Quantity 32 EA, Product No. IBP1042B, Description 1-10.75? W X 48? long plank $____________; Quantity 32 EA, Product No. N/A, Description: connectors 33? $______________, Quantity 32 EA, Product No. N/A, Description: connectors (29.25?) $_____________; Quantity 32 EA, Product No. WST-IBPL, Description: assembly cost $ ____________; Quantity 28 EA, Product No. WST-IBP-Cold, Description: Ramp/install cold units on IBP $____________. CLIN 0005 ? Room 139 ? TAR Room ?Quantity 5, Product No. IBP1042B, Description: 1-10.75? W X 42? long plank $____________, Quantity 8 EA, Product No. N/A, Description: connectors 33? $______________; Quantity 8 EA, Product No. N/A, Description: connectors 29.25? $_______________; Quantity 5 EA, Product No. WST-IBPL, Description: assembly cost $______________; Quantity 4 EA, Product No. WST-IBP-cold, Description: ramp/install cold units on IBP $_________ CLIN 0006 Shipping Cost 1 LOT $______________
 
Place of Performance
Address: 1519 ALASKAN WAY SOUTH, SEATTLE, WA
Zip Code: 981134
Country: UA
 
Record
SN01036315-W 20060429/060427220451 (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.