Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2008 FBO #2419
SOLICITATION NOTICE

D -- Maintenance Agreement - Backup Systems

Notice Date
7/9/2008
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541519 — Other Computer Related Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command Portsmouth, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23704-2199
 
ZIP Code
23704-2199
 
Solicitation Number
HSCG27-08-Q-3GC071
 
Archive Date
8/8/2008
 
Point of Contact
Dale Kendrick, Phone: 757-483-8541
 
E-Mail Address
robert.d.kendrick@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
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. HSCG27-08-Q- 3GC071 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-25. The applicable NAICS number is 541519 and the small business size standard is $23.0M. This is Total Small Business Set Aside procurement. The FOB Destination delivery is to: varied, on or before: 8/28/08. Offers are due at: USCG ISC Portsmouth, VA, by the Close of Business on 7/24/08. Questions may be directed to Ms Sandy Knowles, telephone 757-483-8743. The USCG ISC Portsmouth has a requirement to purchase a base year plus four option years service agreement is to extend the existing maintenance agreement for (6) Part #: CY.HSTC-1216 Cybernetic Large Backup Systems with Depot Level advance replacement service within 24 hours of hardware failure/diagnosis. Upon diagnosis of a hardware problem within a field replaceable component, an advanced replacement will be shipped by end of next business day. Hardware can be hand carried to service center if repair facility is within 2 hours of hardware site. The original component is to be returned at the same time, so the components cross ship in transit. The advanced component is secured with a credit card. If entire subsystem requires service, same day service will be provided to units received bv 10:30AM. 4. SITE VISIT: All bidders are strongly encouraged to visit the site to field verify any/all quantities before submitting bids. Interested parties shall make arrangements for a site visit with Cassandra.L.Knowles@uscg.mil. Sites include Cape May, NJ, Baltimore, MD., Elizabeth City, NC.,and Portsmouth, VA. Support: 4 Hour 7x24 Onsite Service with Emergency Dispatch. 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 (Sep 2007) with Alt 1 must be included with your offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007); there are no addenda to this clause. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Sep 2007). The following clauses listed in 52.212-5 are incorporated (if any): 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U.S.C637(d) (2) and (3); 52.222-3 Convict labor (June 2003) (E.O. 11755); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007)(E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Sep 2006)(29 U.S.C. 793); 52.222-36 Affirmative Action for Workers with Disabilities(Jun 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Sep 2006)(38 U.S.C. 4212); 52.220-50, Combatting Trafficking in Persons (Aug 2007); 52.225-1, Buy American Act-Supplies (Jun 2003)(41 U.S.C. 10a-10d); 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Jan 2004); 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006)(E.O. 12722, 12724,13059, 13067, 13121, and 13129); 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21U.S.C. 3332). 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.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=7909e889e4bffef0835cf64c1fcf91f8&tab=core&_cview=1)
 
Place of Performance
Address: Prime: USCG ISC Portsmouth, VA, Secondary: USCG ESD, Cape May, NJ, USCG ESD, Baltimore, MD, USCG ESD, Elizabeth City, NC, Portsmouth, Virginia, 23703, United States
Zip Code: 23703
 
Record
SN01610497-W 20080711/080709223044-7909e889e4bffef0835cf64c1fcf91f8 (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.