Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 06, 2011 FBO #3361
SOLICITATION NOTICE

J -- USCGC TAMPA DS REPAIRS - SPECIFICATION USCGC TAMPA

Notice Date
2/4/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
HSCG80-11-Q-P45Y99
 
Point of Contact
Maria E. Chapa-Johnson, Phone: 7576284597, Arlene V Woodley, Phone: (757) 628-4645
 
E-Mail Address
Maria.E.Chapa-Johnson@uscg.mil, Arlene.V.Woodley@uscg.mil
(Maria.E.Chapa-Johnson@uscg.mil, Arlene.V.Woodley@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
PRICING SCHEDULE Specification This combined synopsis/solicitation HSCG80-11-Q-P45Y99 for commercial items is 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; quotes are being requested and a written solicitation will not be issued. This Request for Quotes incorporates provisions and clauses in effect through Federal Acquisition Circular 05-46. This is a 100% small business set-aside procurement. The NAICS is 336611 with a size standard of 1,000. A. This requirement is to provide all labor, materials, and equipment to accomplish the work items identified in the attachment entitled "PRICING SCHEDULE" IAW the provided specification. B. Performance will commence on about 05 MARCH 2011 and be completed no later than 12 MARCH 2011. Performance period: 8 days. C. Place of Performance: All work will be performed at the vessel's home pier, 4000 COAST GUARD BLVD, PORSTMOUTH, VA 23703. E. Description of Requirement: All work will be accomplished in accordance with the specification, available on www.fbo.gov, or from the Contract Specialist, Helen Chapa-Johnson, phone (757) 628-4597 or email Maria.E.Chapa-Johnson@uscg.mil A CD-ROM containing all applicable drawings is available free of charge upon request. The CD-ROM(s) contain WINDOWS compliant raster/vector formats (e.g.*.DWF, etc). F. As stated below, the provision at FAR 52.212-2 (JAN 1999), Evaluation-Commercial Items- applies with the following addenda: Award of a contract will be based on the following criteria: Past Performance and price. The purchase order will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.3. The following factors shall be used to evaluate offers: Past Performance and Price. 1) Past Performance: In accordance with FAR 52.212-1(b)(1)(June 2008) and the following, the contractor quote is required to identify past or current contracts for efforts similar to this requirement. All contractor quotes are to include two (2) references. Provide as a minimum the following applicable information: contract number, description of work, 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, customer satisfaction, and management. 2) Price: The aggregate price determined by using the attached Schedule of Supplies/Services, totaling the offer price for the definite items, plus offer price for optional item, plus the composite labor hour extended total. Please provide any warranty information. The Government will award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conforming to the solicitation will be more advantageous to the Government, price and other factors considered. For the purpose of this solicitation past performance is more important than price. Potential sources having the expertise and required capabilities are invited to submit quotations that will be considered by the agency. Quotations should be written and submitted in a legible format. Quotes must contain the Contractor's DUNS Number. Quotes must be received no later than 09 February 2011, by 4:00 p.m. Eastern Standard Time. Quotations received after the date and time specified will not be considered. Quotes may be faxed to: (757) 628-4562 Attn: Helen Chapa-Johnson or e-mailed to Maria.E.Chapa-Johnson@uscg.mil. Offerors are advised of the requirement to include a completed copy of the provision at FAR 52.212-3 (OCT 2010), Offeror Representations and Certifications-Commercial items, with their offer. All questions regarding this solicitation should be directed to Helen Chapa-Johnson, Contract Specialist at (757) 628-4597 or via e-mail to: Maria.E.Chapa-Johnson@uscg.mil. The following FAR provisions and clauses apply to this request for quotation and are incorporated by reference. The Clause at FAR 52.252-2, CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.arnet.gov/far. The following provisions and clauses are applicable to this acquisition and are hereby incorporated by reference: The clause at FAR 52.212-4, CONTRACT TERMS AND CONDITIONS - COMMERICIAL ITEMS (June 2010) The provision at FAR 52.214.31, Facsimile Bids (Dec 1989) The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008) applies. Quotes must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (June 2008), with its offer. The provision at FAR 52.212-2, Evaluation--Commercial Items (Jan 1999) Evaluation and Award: The government intends to award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation provides the best value to the government. No other additional contractual terms and conditions are applicable. No Defense Priorities and Allocations System (DPAS) rating are assigned. Numbered Note 1 applies. The provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items. (OCT 2010) Vendors are required to submit, a completed copy of the provision at Offeror Representations and Certifications - Commercial Items, with their quote. An offeror shall complete only paragraph (k) of this provision if the offeror has completed the annual representations and certifications 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. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items. (OCT 2010) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). ___Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). _X_ (1) 52.203-6, Restrictions on Subcontractor Sales to the Government (Sept 2006), with Alternate I (Oct 1995) (41 U.S.C. 253g and 10 U.S.C. 2402). _X_ (9)(i) 52.219-6, Notice of Total Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-6. __ (iii) Alternate II (Mar 2004) of 52.219-6. __ (10)(i) 52.219-7, Notice of Partial Small Business Set-Aside (June 2003) (15 U.S.C. 644). __ (ii) Alternate I (Oct 1995) of 52.219-7. __ (iii) Alternate II (Mar 2004) of 52.219-7. _X_ (20) 52.222-3, Convict Labor (June 2003) (E.O. 11755). _X_ (21) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). _X_ (22) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). _X_ (23) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). _X_ (24) 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). _X_ (25) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). _X_ (26) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). _X_ (39) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). _X_ (1) 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.). _X_ (2) 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-11-Q-P45Y99/listing.html)
 
Place of Performance
Address: USCGC TAMPA (WMEC 902), 4000 COAST GUARD BLVD., PORTSMOUTH, Virginia, 23703, United States
Zip Code: 23703
 
Record
SN02373769-W 20110206/110204234507-2e57b66a447e126737ed0800e6255abc (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.