Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 12, 2009 FBO #2663
SOLICITATION NOTICE

Z -- Garage Bay Door Replacement

Notice Date
3/10/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
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
HSCG27-09-Q-3WG160
 
Archive Date
4/1/2009
 
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. HSCG27-09-Q- 3WQ160 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-28. This is Total Small Business Set Aside procurement; the applicable NAICS number is 238990 and the small business size standard is $13.0M. The FOB Destination delivery is to: Portsmouth, VA, on or before: 05/02/2009. Offers are due at: USCG ISC Portsmouth, VA, by the Close of Business on 03/17/2009. Questions may be directed to Dale Kendrick, telephone 757-483-8541. The USCG ISC Portsmouth has a requirement to purchase: This is a requirement under the Service Contract Act of 1965, DOL Wage Determination 05-2543, Rev 7, issued 5/29/2008 applies. The roll-up door for Paint Bay #4 has failed in the open position. This door is located at ISC Portsmouth, Industrial Paint Building. FED Utilities will disconnect all electrical power from the existing door prior to the contractor removing the door. The existing door is to be removed and disposed of properly. A new roll-up door is to be installed as specified below: Size: 38’ wide x 26’ high (all bidders are to confirm these measurements) Mounting: Face mounted to steel using existing steel angle guides Material: 18 ga. Hot dipped Galvanized Steel, #4 Slats (measuring 2 ¾” high x ¾” deep) Bottom Bar: (2) formed galvanized steel angles to extend into guides with a rubber astragal. Minimum size of angle to be 3”x 3”x 1/4” thick End Locks: Ductile cast iron, hot-dipped galvanized. To be riveted to each end of alternate slats with solid ¼” thick rivets. End Brackets: Use existing steel formed plate or as needed to support new door counterbalance assembly and ends of hood. Counterbalance Assembly: To be housed in a steel pipe of diameter and wall thickness to restrict door deflection. Springs to be helical torsion type designed to handle an overload factor of 25% for optimum ease of operation. Springs are to be grease packed and are to be mounted on a solid cold rolled center inner shaft. Sealed bearings located at rotating support points. A charge wheel is to be located outside of the end bracket for applying initial spring tension and for future adjustments. Hood: Minimum 16 ga. Sheet metal formed round to match the shape of door. To be fastened to the end brackets with reinforced top and bottom edges. Provide support bracing at a minimum of 8’ on center to resist sag. Equip hood with neoprene or equal weather baffle to prevent birds from entering paint bay. Finish: Hood and door to be corrosion inhibiting primer each side. (Finished paint coat by others) Operation: GH300 explosion proof motor sized to operate the door with gear reducer in oil bath, 208 volt, 3 phase. The motor operation shall include a geared limit switch and an electrically interlocked emergency chain operator. Controls: 3 button push-button station in a NEMA 1 enclosure. Once the contractor has received the new door and all of the associated installation hardware, they are to provide all equipment and labor to remove the existing door and hardware. Once the old door has been removed, the contractor is to provide all equipment and labor to install new door as described in the specs listed above. The stops and limit switches are to be set and adjusted as needed to properly operate the door by the installation contractor.. 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 (JUN 2008); there are no addenda to this provision. FAR 52.212-2 Evaluation-Commercial Items-Pricing (Jan 1999) is incorporated nd the evaluation criteria will be: price, quality and delivery.. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jun 2008) with Alt 1 must be included with your offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2008); there are no addenda to this clause. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Dec 2008). 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); 52.222-19, Child Labor – Cooperation with Authorities and Remedies (Feb 2008)(E.O. 13126); 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); 52.222-41 Service Contract Act of 1965 (Nov 2007)(41 U.S.C. 351, et. seq.); 52.220-50, Combatting Trafficking in Persons (Aug 2007); 52.223-15 Energy Efficiency in Energy-Consuming Products (DEC 2007)(42 U.S.C. 8259b); 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 (Aug 2007); 52.225-5, Trade Agreements (Nov 2007)(19 U.S.C. 2501, et. seq., 19U.S.C. 3301 note); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)(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 (Jun 2006). 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=377dbc022f7b4be03e69065669554aad&tab=core&_cview=1)
 
Place of Performance
Address: USCG ISC Portsmouth, 4000 Coast Guard Blvd, Portsmouth, Virginia, 23703-2199, United States
Zip Code: 23703-2199
 
Record
SN01765931-W 20090312/090310220009-377dbc022f7b4be03e69065669554aad (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.