Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2010 FBO #3066
SOLICITATION NOTICE

J -- Install motor mounts-CGC SPAR-KODIAK AK - SPEC'S

Notice Date
4/15/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
 
ZIP Code
94612-5249
 
Solicitation Number
HSCG85-10-Q-P45EU8
 
Archive Date
5/11/2010
 
Point of Contact
Roy L. Gilbert, Phone: (510) 637-5988
 
E-Mail Address
Roy.L.Gilbert@uscg.mil
(Roy.L.Gilbert@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SPEC'S 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. This solicitation is issued as an invitation to Request for Quotations (RFQ) incorporates provisions and clauses are those in effect through Federal Acquisition Circular 2005-39. This is total small business set-aside procurement. The Small Business size standard is $7.0. The NAICS is 811310. The contract will be awarded in accordance with provisions of FAR 13.5. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protestor essentially the same relief as the General Accounting Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the Coast Guard as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Interested parties who believe that Coast Guard procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the Coast Guard Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: Solicitation/Contract number, Contracting Office, Contracting Officer, and Solicitation Closing Date (if applicable). Formal Agency Protest with the Ombudsman: Prior to submitting a formal agency protest, protestors must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protestor's concerns are unresolved, an independent review is available by the Ombudsman. The protestor may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protest in less than 35 calendar days from the date of filing. Protests shall include the information set forth at FAR 33.103(d)(2). If the protestor fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be forwarded to the address: Commandant (CG-9131), U.S. Coast Guard Headquarters, Acquisition Planning and Performance Measurement, 1900 Half Street, Room 11-0402, Washington, DC. 20593. Telephone: (202) 372-3692, Fax: (202) 475-3904. The intent of this project is for the INSTALLATION OF GOVERNMENT FURNISHED ISOLATION MOUNTS ON THE CGC SPAR, LOCATED AT ISC, KODIAK, AK 99619. PERFORMANCE PERIOD: 17 MAY 2010 to 28 MAY 2010. Award will be made based upon the following criteria: Price and Past Performance. All offers are due 26 APR 2010 at 5:00 P.M. Pacific Time at SFLC, C&P2, IBCT Ronald V. Dellum Federal Bldg. 807N, 1301 Clay Street, Oakland, CA 94612. Offers are encourage emailing your proposals to Roy.L.Gilbert@uscg.mil When responding to this RFQ, contractors shall provide pricing as follows: CLIN 0001: Install Isolation mounts IAW attached specification: Total CLIN 0001: $_____________. SPECIFICATION: SEE ATTACHED FILE. The following FAR clauses apply to this solicitation, and Offerors may obtain the latest full text versions of these clauses electronically at http://www.arnet.gov/far: FAR 52.212-1, Instructions to Offerors-Commercial Items (JUNE 2008) ; quotations submitted in response to this RFQ must include: (1) CLIN number and pricing as shown above, record of past performance for similar contracts in the form of letters of reference or contract performance ratings, full information about the work proposed, and Contractors full name, address, and telephone number. FAR 52.212-2, Evaluation-Commercial Items (JAN 1999) is applicable to this RFQ; 52.202-1, 52.203-5, 6,7, 52.204-6,7,8, 52.211-5, 52.222-3,19,20, 52.223-13,14, 52.232-1,33, 52.233-2,3,4, 52.243-1, 52.244-6, 52.243-5, 52.249-1, 8, 52.204-7, Central Contractor Registration www.ccr.gov, APR 2008. 52.212-3 -- Offeror Representations and Certifications -- Commercial Items (AUG 2009) An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. 52.212-4 Contract Terms and Conditions - Commercial Items, MAR 2009, 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (FEB 2010). The following factors shall be used to evaluate offers: Past Performance and Price. 1) Price: The total price will be the evaluated price. 2) Past Performance: The offeror is required to identify past or current contracts for efforts similar to this work requirement. Offerors are to submit three (3) references. Provide as a minimum the following applicable information: contract number, type of services involved, total dollar amount, procuring activity or firm's complete name, include addresses, telephone numbers and the point of contact. Past Performance will look at relevant experience, responsiveness, resources, quality and consistency of services, quality and consistency of services, customer satisfaction, and management. Past performance and price will be weighted equal. Quotations should be written and submitted in a legible format. Submitted quotes shall have the contractor's Tax Information Number, and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. All quotations must be received not later than 26 April 2010, 5:00 P.M. San Francisco, CA Time. Quotations received after that date and time will not be considered. Electronic offers submitted via FAX to 510-637-5978 Attn: Roy Gilbert or by email to Roy.L.Gilbert@uscg.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-10-Q-P45EU8/listing.html)
 
Place of Performance
Address: ISC, KODIAK, Alaska, 99619, United States
Zip Code: 99619
 
Record
SN02123172-W 20100417/100415235239-634817b3d10a9f07bdc1e14b1e3a4f81 (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.