Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 27, 2011 FBO #3351
SOLICITATION NOTICE

J -- USCG HEADQUARTERS PHYSICAL SECURITY SYSTEMS, SERVICE, REPAIR AND INSTALLATION - SECURITY DIVISION - STATEMENT OF WORK

Notice Date
1/25/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561621 — Security Systems Services (except Locksmiths)
 
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
HSCGG8-11-Q-PWA105
 
Archive Date
2/16/2011
 
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
STATEMENT OF WORK DESCRIPTION: The U.S. Coast Guard intends to procure PHYSICAL SECURITY SYSTEMS, SERVICES, REPAIR AND INSTALLATION FOR USCG SILC DETACHMENT WASHINGTON SECURITY DIVISION, 2100 2ND STREET SW, WASHINGTON, DC 20593. Description of Supplies/Services - is attached in a statement of work. 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 an Unrestricted basis. The government intends to award a Firm Fixed Price Order/Contract utilizing Simplified Acquisition Procedures (SAP). SCOPE: PLEASE SEE ATTACHED STATEMENT OF WORK 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, 1 FEB 2011. 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) on 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 one copy of the proposal to PO MARY PRICE, USCG Headquarters Support Command, SILC DETACHMENT WASHINGTON, Room B411, 2100 Second St. SW, Washington, DC 20593. Please do not mail, electronic transmissions to MARY.E.PRICE@USCG.MIL are preferable, but must be timely. Proposal Evaluation Criteria: (1) Price and price-related factors. (2) Technical approach. (3) Past performance. This will be a Best-Value award determination. Price and Past Performance will be a factor, but technical factors are far more important. The following Federal Acquisition Regulations clauses are incorporated by reference: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Mar 2005), 52.212-4 (Sept 2005), 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Aug 2006). (6)(i) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). 52.232-18 Subject to the Availability of Funds. Offerors can retrieve these clauses on the INTERNET at www.arnet.gov. Questions about this requirement must be in writing and submitted by fax or e-mail. 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 PM ET, 1 FEB 2011. 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/HSCGG8-11-Q-PWA105/listing.html)
 
Place of Performance
Address: 2100 2ND STREET SW, WASHINGTON, District of Columbia, 20593, United States
Zip Code: 20593
 
Record
SN02366579-W 20110127/110125234849-853e320c8fcdb055ef54aec6662701ac (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.