Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2009 FBO #2770
MODIFICATION

78 -- BLEACHERS FOR ISC GYM - Amendment 1

Notice Date
6/25/2009
 
Notice Type
Modification/Amendment
 
NAICS
337127 — Institutional Furniture Manufacturing
 
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-3P6310
 
Archive Date
8/1/2009
 
Point of Contact
John M Lukondi, Phone: 757-483-8555, Dale Kendrick, Phone: 757-483-8541
 
E-Mail Address
john.m.lukondi@uscg.mil, robert.d.kendrick@uscg.mil
(john.m.lukondi@uscg.mil, robert.d.kendrick@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Modified Statement of Work 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- 3P6310 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-31. This is a Total Small Business Set Aside procurement; the applicable NAICS number is 337127 and the small business size standard is 500 employees. The FOB Destination delivery is to: USCG ISC Portsmouth, Portsmouth, VA 23703, on or before: September 30. Offers are due at USCG ISC Portsmouth, VA, by the Close of Business on July 17, 2009. Questions may be directed to John Lukondi, telephone 757.483.8555. Unit POC for technical questions or to arrange a site visit: Robert Lewis 757.375.1183 or 757.638.2662 The USCG ISC Portsmouth has a requirement to purchase: SCOPE OF WORK /SPECIFICATION 1. GENERAL REQUIREMENTS: The work consists of providing all labor, materials and equipment as required to install two (2) sets of electric operated telescopic bleachers located in the Gym at USCG ISC Portsmouth, VA 23703 2. COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK: Upon acceptance the contractor shall commence work NLT five (5) days after notice to proceed and work diligently to complete the entire work ready for use by 10 working days after contract award. 3. SCOPE OF WORK MODIFICATION #1 POWER FOR TELESCOPIC BLEACHERS IS TO BE 208 VOLT THREE PHASE. BLEACHER TELESCOPIC SYSTEM IS TO BE OF NON FRICTION TYPE TO PREVENT TRACTION FORCE BEING TRANSFERRED TO AND AND DAMAGING FLOOR: Provide all labor and materials necessary to install two (2) sets of electric operated telescopic bleachers located in the Gym at USCG ISC Portsmouth, VA 23703 Each set of bleachers will be 10 tier, 24 ft in length, with side rails and aisles. Bleachers need to operate with 208 volt 3 phase power. Bleachers must be compatible with a synthetic rubber basketball floor that will be installed August/September 2009. Bleachers will need to be installed once new floor installation is complete. Anticipate start date to install bleachers mid to late September 2009. There is no 220 power source in the gym. Contractor must provide own generator or 220 power source if needed. For technical questions or to arrange a site visit, contact: Robert Lewis 757.375.1183 or 757.638.2662 4.DESIGNATED CONTRACTING OFFICER’S REPRESENTATIVE: The designated contracting officer’s representative and Point of Contact for this project is Robert Lewis 757.375.1183 or 757.638.2662. Inquiries concerning any phase of the specification before or after award shall be made to Robert Lewis. 5.CONDITIONS AFFECTING THE WORK: The Offeror should visit the site and take such other steps as may be reasonably necessary to ascertain the nature and location of the work, the general and local conditions which can affect the cost of the work thereof. Failure to do so will not relieve bidders from responsibility for estimating properly the difficulty or cost of successfully performing the work. The government will assume no responsibility for any understanding or misrepresentations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the request for quotes, the specification or related documents. 6. ORAL MODIFICATION: No oral statements of any person other than the contracting officer shall in any manner or degree, modify or otherwise affect the terms of this contract. 7. WORKMANSHIP: All work shall be accomplished with the best standard practices, and by workmen thoroughly experienced in the required trades. The work shall be supervised by experienced personnel and shall be satisfactory to the Contracting Officer. 8. PERMITS: The contractor shall without additional expense to the government, obtain all appointments, licenses, and permits required for the prosecution of the work. The contractor shall comply with all applicable federal, state and local laws. 9. CLEAN UP: All trash and debris shall be removed from the site. The job site shall be left in a clean and neat manner. 10. WORK OUTSIDE REGULAR HOURS: If the contractor desires to carry on work on Saturday, Sunday, holidays or outside the station’s regular hours, he may submit his request in writing to the Contracting Officer’s Representative for approval consideration. The contractor shall allow ample time to enable satisfactory arrangements to be made by the government for inspecting the work in progress. 11.UPON COMPLETION OF WORK: Contact the Contracting Officer Representative to arrange for inspection/acceptance of work. 12. IDENTIFICATION OF CONTRACTOR PERSONNEL AND VEHICLES: The contractor shall provide a detailed list of all employees to the COTR 5 days prior to commencing work. The employee list shall contain the employee’s full name, date of birth, and current address. The ISC Portsmouth Security Office will be given a copy of the employee list and a pass will be issued for entry. Each contractor provided vehicle or towed trailer shall show the contractor’s name so that it is clearly visible on the vehicle. A valid state license plate and safety inspection sticker is required. All vehicles operated on government property shall be maintained in a good state of repair. 13.SAFETY REQUIREMENTS: The contractor shall conform to all state and local safety requirements and those of the Coast Guard ISC Portsmouth. The contractor and his employees shall become familiar with and obey all base regulations including fire, traffic, and security regulations. There will be no smoking in Coast Guard Buildings. 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. (13) One copy of liability insurance certificate (14) One copy of business/contractor’s license All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Quotes may be mailed, faxed or emailed. 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 and the evaluation criteria will be pricing and delivery. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Feb 2009) 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 (Feb 2009). The following clauses listed in 52.212-5 are incorporated (if any): 52.219-6, Notice of Total Small Business Set-Aside (Jun 2003)(15 U.S.C. 644); 52.222-3 Convict Labor (Jun 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); 52.222-44 Fair Labor Standards Act and Service Contract Act – Price Adjustment (Feb 2002)(29 U.S.C. and 41 U.S.C. 351); 52.225-1 Buy American Act – Supplies (Feb 2009)(41 U.S.C. 10a-10d); 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Feb 2009); 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)(21 U.S.C. 3332). Department of Labor Wage Determination No: 2005-2543, Revision No: 10, Dated 05/26/2009 and its successors applies. 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
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGISCP/HSCG27-09-Q-3P6310/listing.html)
 
Place of Performance
Address: 4000 Coast Guard Blvd, Portsmouth, Virginia, 23703, United States
Zip Code: 23703
 
Record
SN01856744-W 20090627/090625235857-1a073ece6ec01714423db47f86ce73a3 (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.