Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2010 FBO #3176
SOLICITATION NOTICE

V -- Tractor Trailer and Driver Services - Statement of Work

Notice Date
8/3/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
488490 — Other Support Activities for Road Transportation
 
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
HSCG84-11-Q-XCR001
 
Archive Date
8/31/2010
 
Point of Contact
Donna O'Neal, Phone: 510/437-3002, Terry D Craft, Phone: 510/437-3004
 
E-Mail Address
donna.j.oneal@uscg.mil, terry.e.craft@uscg.mil
(donna.j.oneal@uscg.mil, terry.e.craft@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
truck photo tractor Wage Determination photo of tractor SOW-XCR001 This is a combined synopsis/solicitation for commercial items prepared in accordance with 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. The Request for Quotation number is HSCG84-11-Q-XCR001 and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-44. The proposed acquisition is unrestricted. The NAICS code is 488490. The small business size standard is $6.5mil. The contract from this solicitation will be firm fixed price. The award will be made for a five (5) year period; Base Year plus 4 Option Years. The Government proposes to solicit quotes for the following: Contractor shall provide tractor trailer and driver services for and Enhanced Mobile Incident Command (EMICP) and Portable Tower Trailer(PAT) as per attached Statement of Work. The following FAR provisions apply to this acquisition: FAR 52.212-1, Instructions to Offerors Commercial Items, FAR 52.212-3, Offeror Representations and Certifications Commercial Items, all offerors are to include with their quote a completed copy of FAR 52.212-3. (Copies of FAR 52.212-3 are available upon request from the Contracting Officer or on the World Wide Web at http://www.arnet.gov/far/97-03/html/52_000.html. FAR 52.212-4, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items. The following clauses cited in FAR 52.212-5 are applicable to this acquisition: FAR 52.204-6, Data Universal, FAR 52.219-6, Notice of Total small Business Set-Aside (15 U.S.C. 644), FAR 52.219-28, Post Award Small Business Program Representation, FAR 52.222-3, Convict Labor, FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies, FAR FAR 52.222-26, Equal Opportunity (E.O. 11246), FAR 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793), FAR 52.225-1, Buy American Act-Supplies, 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Aug 2007), FAR 52.225-13, Restrictions of Certain Foreign Purchases, FAR 232.33, Payment by Electronic Funds Transfer-Central Contractor Registration, FAR 52.222-41, Service Contract Act of 1965 (Nov 2007), 52.222-42, Statement Equivalent Rates for Federal Hires, 52.232-18, Availability of Funds and 52.232-19, Availability of Funds for the Next Fiscal Year. Offers are due NLT August 16, 2010. Offers should be mailed to Commander, SILC, Procurement Division, Bldg 54C, Coast Guard Island, Alameda, CA 94501-5100, Attn: Ms. Donna O'Neal. Offers may also be faxed to: (510) 437-3014 or emailed to: donna.j.oneal@uscg.mil. Offers must provide as a minimum: (1) solicitation number (2) name and address, point of contact and telephone number of the offeror; (3) terms of any expressed warranty; (4) price and discount terms; (5) a complete copy of representations and certifications. (6) sufficient technical literature and description to allow the Contracting Officer to evaluate conformance with the technical requirements; (7) Specifications 3(a-c)as stated in Statement of Work. NOTE: Incomplete offers (packages) will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCP/HSCG84-11-Q-XCR001/listing.html)
 
Place of Performance
Address: USCG CAMSPAC, Communications Area Master Station, Point Reyes Station, Point Reyes, California, 94956, United States
Zip Code: 94956
 
Record
SN02226642-W 20100805/100803235133-a9c8a2b9f9aab47be078d47053484d84 (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.