Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2010 FBO #3185
SOLICITATION NOTICE

D -- UPS - BATTERY TECHINICAN SERVICES

Notice Date
8/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (a-3), Headquarters Support Command, U.S. Coast Guard Headquarters, 2100 Second Street, SW, Room B411, Washington, District of Columbia, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCGG8-10-Q-PWR153
 
Archive Date
9/3/2010
 
Point of Contact
Mary E. Price, Phone: 2023724068
 
E-Mail Address
mary.e.price@uscg.mil
(mary.e.price@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
DESCRIPTION: The U.S. Coast Guard intends to procure THE SERVICES LISTED BELOW UNDER DESCRIPTION OF SUPPLIES/SERVICES. This notice is a combined synopsis/solicitation for a commercial item in accordance with Federal Acquisition Regulation 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. Therefore, please read this entire notice, the instructions herein, and the attachment documents carefully. This acquisition is on A SMALL BUSINESS basis. SCOPE: CONTRACTOR TECHNICAL AND ADMINISTRATIVE SUPPORT SERVICES FOR THE OFFICE OF SHORE FORCES (CG-7411) TRAINING FOR OUTER CONTINENTAL SHELF INSPECTION COURSE DESCRIPTION OF SUPPLIES/SERVICES: Acquisition request is for the following supplies and services: • Provide 72 UPS12-300R Batteries for the MGE 80k VA UPS model number 72-160802 (Jemal Building) • Provide 80 TC-12150C Batteries for the MGE 150k VA UPS model number 72-130113-08 (Transpoint Building) • UPS technician will place the system in maintenance bypass; the load will be on utility power. • Battery technician will remove and replace existing Batteries. • UPS technician will place the system back online. • Existing batteries will be removed from the facilities. • Battery disposal EPA letter will be provided. • All work to be performed during normal business hours. • All work will be performed by an MGE authorized vendor. HOW TO RESPOND: In order to compete for this project, interested parties must be registered in the Central Contracting Registration and demonstrate that they are qualified to perform the work by providing a brief (20 pages or less) Technical and Cost Proposal by 12:00 PM, ET, AUG 19, 2010. Technical proposals must include: (1) Specific approach in meeting requirements outlined in the Statement of Work and compatibility of system/process with existing agency configuration. (2) History (current or within the last 18 months) of projects similar in scope and nature, with specific references (including project identifier/contract number and description, period of performance, dollar amount, client name and current telephone number). References will be checked to validate the information provided and to determine reliability/dependability. (3) Key personnel (those who would have the primary responsibility for performing and/or managing the project) with relevant qualifications and specific experience. Cost Proposal: provide Firm Fixed-Price "broken out by labor hours, labor category, materials, and other direct costs". Offerors must submit an original and one copy of the proposal to MARY PRICE, USCG SILC DETACHMENT WASHINGTON, Room B411, 2100 Second St. SW, Washington, DC 20593. Electronic transmissions to MARY.E.PRICE@USCG.MIL are acceptable, but must be timely. Proposal Evaluation Criteria: Proposals will be evaluated based on two criteria: (1) technical merit and (2) cost/price. Technical evaluations will be based on how the following subfactors are addressed in the proposal: Subfactor A: Overall Mission Understanding. The proposal must demonstrate understanding of the processes and procedures required for performing training support services for the Coast Guard's UPS Batteries replacement. Subfactor B: Proposed Management Plan. The proposal must demonstrate understanding of the task order objectives and deliverables required. Subfactor C: Quality Assurance. The proposal must demonstrate how the offeror expects to maintain the highest standards in the professional services delivered. Subfactor D: Past Performance. The proposal must demonstrate present and past performance as it relates to the current proposal. The second evaluation factor is cost/price. The Government may be willing to pay more than their estimated cost if a proposal's advantages warrant it. However, as technical merit ratings equalize, price may become the deciding factor. Proposed costs and fees for all years will be evaluated as the total price proposal. The following Federal Acquisition Regulations clauses are incorporated by reference: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (NOV 2007). 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2007) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Feb 2008) 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). 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998). 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). Offerors can retrieve these clauses on the INTERNET at www.arnet.gov. Questions about this requirement must be in writing and submitted by e-mail MARY.E.PRICE@USCG.MIL. Telephone inquiries are strongly discouraged. All inquiries must include the solicitation number, your full name, organization name, address, phone and fax numbers, and must be received by 12:00 (noon) ET, AUG 19, 2010. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COA3HSC/HSCGG8-10-Q-PWR153/listing.html)
 
Place of Performance
Address: 2100 2nd Street SW, Washington, District of Columbia, 20593, United States
Zip Code: 20593
 
Record
SN02238666-W 20100814/100812235613-cb8129fa27522cc13a0006451d232113 (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.