Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 01, 2010 FBO #3050
SOLICITATION NOTICE

H -- Fire Alarm System Maintenance

Notice Date
3/30/2010
 
Notice Type
Presolicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) West, Coast Guard Island, Building 54C, Alameda, California, 94501-5100, United States
 
ZIP Code
94501-5100
 
Solicitation Number
HSCG84-10-R-QAU01A
 
Point of Contact
Yolanda A. Mercado, Phone: 5104373760, Jocelyn A. Brox-Chester, Phone: 510/437-5913
 
E-Mail Address
Yolanda.A.Mercado@uscg.mil, jocelyn.a.broxchester@uscg.mil
(Yolanda.A.Mercado@uscg.mil, jocelyn.a.broxchester@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a PRE SOLICITATION NOTICE to SOURCES SOUGHT HSCG84-10-R-QAU016. This requirement is set-aside for SMALL BUSINESS, for the following commercial item: The work consists of providing all labor, management, supervision, tools, materials, equipment, and transportation necessary to perform maintenance services on the Fire Alarm systems at the U.S Coast Guard Training Center Petaluma, Petaluma, California. The contractor conducting the actual work on the fire alarm system shall be licensed by Siemens Technologies to work on Pyrotronics brand equipment. This is a Firm Fixed Price Contract. The period of performance will begin in FY11 (01 Oct 2010 thru 30 Sept 2011). The contract is for a base year and four (4)-one year options; If all options are exercised the contract term will end on FY15 (01 Oct 2014 thru 30 Sept 2015). Award will be made on the basis of Lowest Price Technically Acceptable. The evaluation criteria will be based on Past Experience/Performance, License Requirements, and Price. Services will be procured using procedures in FAR Part 12, Acquisition of Commercial Items and FAR 13.5, Test Programs for Certain Commercial Items. The North American Industrial Classification Code is 561621. The related small business size standard is $12.5 million. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-39. The provisions at FAR 52.212-1 Instructions to Offerors - Commercial Items, apply to this solicitation. Online Representation and Certification Application (ORCA) you must register and complete this section at www.bpn.gov. Offerors must have an active record in CCR account and an active Market Partner Identification Number (MPIN). The FAR clause 52.212-3, Offeror Representation and Certification - Commercial Items, applies to this solicitation and the offeror must include a completed copy of this provision with their proposal. The clause at FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, applies to this solicitation. Specifically, the following clauses cited are applicable to this solicitation: FAR 52.222-26 -- Equal Opportunity; FAR 52.222-35 - Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 -- Affirmative Action for Workers With Disabilities; FAR 52.222-37 -- Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-42 -- Statement of Equivalent Rates for Federal Hires. The clause at FAR 52.212-4 Contract Terms and Conditions - Commercial Items, applies to this solicitation. The entire solicitation will be released solely on the Internet by Electronic Solicitation at www.fedbizopps.gov (paper copies will not be available). Request for Proposal will be available on or about 13 April 2010. Locate the solicitation number HSCG84-10-R-QAU01A and follow the instructions for downloading. Include your company name, address, telephone number, point of contact, fax number and e-mail address. Any prospective bidders interested in bidding on this solicitation MUST register in order to be placed on the bidders list. All prospective bidders are responsible to visit the Federal Business Opportunities website frequently and obtain any amendments or other information pertaining to this solicitation. The solicitation, attachments, specifications and bidders list will only be available by downloading the documents from Federal Business Opportunities website. Contractors must be registered in the Centralized Contractor Registration in order to receive a contract award from any DHS activity. Contractors may access the CCR and register at http://www.ccr.gov. FAR Clause 52.232-33 is applicable to this procurement. Ensure DUNS and CAGE Code numbers are provided with the proposal. To receive your DUNS number, call 1-800-333-0505 or www.dnb.com. The initial proposal must be submitted via regular mail to the attention of Yolanda A. Mercado also indicated in the solicitation package.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCP/HSCG84-10-R-QAU01A/listing.html)
 
Place of Performance
Address: USCG Training Center Petaluma, Petaluma, CA, Petaluma, California, United States
 
Record
SN02106502-W 20100401/100330235024-19ad629931cafd14e54252f8fc35afa4 (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.