Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 26, 2007 FBO #2099
SOLICITATION NOTICE

49 -- Aircraft Hangar AST Shop Stairs Replacement

Notice Date
8/24/2007
 
Notice Type
Solicitation Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command Alameda, Coast Guard Island Building 42, Alameda, CA, 94501-5100, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
HSCG31-07-C-6BA026
 
Response Due
9/4/2007
 
Archive Date
9/19/2007
 
Small Business Set-Aside
Total Small Business
 
Description
THIS SOLICITATION ?HSCG31-07-C-6BA026? IS ISSUED AS A REQUEST FOR QUOTATION (RFQ) WHICH INCORPORATES TITLE VIII OF THE FEDERAL ACQUISITION STREAMLINING ACT OF 1994, FAR PART 12.1. THIS SOLICITATION INCORPORATES PROVISIONS AND CLAUSES IN EFFECT THROUGH FEDERAL ACQUISITION CIRCULAR 2005-06. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SERVICES PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSITUTES THE ONLY SOLICITATION; PROPOSALS ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.**********This is a solicitation for Removal of Stair Case and Installation of Government Furnished Spiral Stair Case for USCG Air Station San Francisco located at SFO International Airport, San Francisco, California. The U.S. Coast Guard requires a contractor fully qualified in the field of installation, programming, testing, and training of equipment use. Contractor is required to provide all labor, equipment, materials, transportation, supervision and incidentals to this project. The estimated cost range is between $25,000 and $100,000. This acquisition is issued as a 100% small business set-aside. The North American Industrial Classification System (NAICS) Code is 236220 and the applicable size standard is $ 31 million. **********DESCRIPTIVE REQUIREMENTS: Statement of Work (SOW) will be provided upon request to Contract Administrator; SK2 Brittany Rusch (510) 437-3195 or via email address: Brittany.D.Rusch@uscg.mil.**********SITE VISIT REQUIREMENTS: Contact LCDR Ed Sheppard at (650) 808-2950 or MAJ Paul McCarthy at (415) 845-5474 to coordinate walk through of Air Station AST Shop.**********DELIVERY OF MATERIAL/FOB POINT: Commanding Officer, USCG Air Station San Francisco, SFO INT?L Airport, BLDG 1020, San Francisco, CA 94128. **********CLAUSES: The following FAR provisions apply to this acquisition: FAR 52.212-1 Instruction to Offers Commercial Items; FAR 52.212-2 Evaluation Commercial Items; FAR 52.212-3 Offeror Representatives and Certifications and Certifications Commercial Items, all offerors are to include with their offer a completed copy of FAR 52.213-3; FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders Commercial Items. The following clauses cited in FAR 52.212-5 are applicable to this acquisition: FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-20 Walsh-Healy Public Contracts Act; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity (E.O. 11246); FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans (38 U.S.C. 4212); FAR 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C 793); FAR 52.222-37 Employment Reports on Special Disable Veterans and Veterans of Vietnam Era (38 U.S.C. 4212); FAR 232.33 Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.204-6 Data Universal Numbering System (DUNS) Number. The full text of clauses is available from the Contracting Officer or may be accessed electronically at: http//www.arnet.gov/far.**********OFFERS DUE DATE: Any amendments issued to the solicitation will be posted on the website. Prospective quoters are responsible for checking the website for amendments up to the date and time of due (closing) date of September 04, 2007 for receipt of quotations. Offers are due on September 04, 2007, by 4:00 pm local time. Offers shall be mailed to Commanding Officer, Integrated Support Command (fp), Coast Guard Island, Bldg-42, Alameda, CA 94501-5100, Attn: SK2 Brittany Rusch/Contract Administrator, or fax to (510) 437-2793, Attn: SK2 Brittany Rusch, or email to Brittany.D.Rusch@uscg.mil. Offers must provide as minimum: (1) solicitation number; (2) name and address, point of contact and telephone number of the offeror; (3) price and discount terms, (4) Tax ID Number and (5) phone number.?**********AWARD: This purchase will be based on the following criteria: Lowest price for items meeting or exceeding the minimum requirements. This contract type will be a fixed-price purchase order. The award of this solicitation is projected to be on or before September 07, 2007.
 
Place of Performance
Address: USCG Air Station San Francisco, San Francisco, CA 94130
Zip Code: 94130
Country: UNITED STATES
 
Record
SN01384066-W 20070826/070824220724 (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.