Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 21, 2011 FBO #3465
SOURCES SOUGHT

19 -- STABILITY PLATFORM TRAINER - Performance Work Statement

Notice Date
5/19/2011
 
Notice Type
Sources Sought
 
NAICS
441222 — Boat Dealers
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fs), U.S. Coast Guard Training Center, Thayer Hall, Room 211, Yorktown, Virginia, 23690-5000
 
ZIP Code
23690-5000
 
Solicitation Number
2111411QW6800
 
Archive Date
6/18/2011
 
Point of Contact
Shawn E. Hendrickson, Phone: 7578562187, Shawn E. Hendrickson, Phone: 7578562187
 
E-Mail Address
shawn.e.hendrickson@uscg.mil, shawn.e.hendrickson@uscg.mil
(shawn.e.hendrickson@uscg.mil, shawn.e.hendrickson@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Performance Work Statement This acquisition is being issued in accordance with FAR Subpart 13.5. This is a combined synopsis/ solicitation for commercial items prepared in accordance with the format in FAR 12.6 as supplemented with additional information included in the notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. The United States Coast Guard (USCG) will award a single Firm Fixed Price type contract. The solicitation number is HSCG41-11-Q-QW6800 and is being issued as a Request for Quotation (RFQ). This procurement is set aside for small business; The North American Industry Classification Systems (NAICS) code for this requirement is 114111 with a size standard of 500 employees. The solicitation document, and the incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-49. The U.S. Coast Guard (USCG) intends to acquire the following items: Boat to used as Stability Training Platform. (0001) CAROLINIA SKIFF MODEL: 2790 Provide a portable, full scale, training platform (27' Skiff) capable of supporting the application of all relevant stability, subdivision and drainage regulations. All equipment engineering data, plans, and or blue prints provided are required to meet all regulatory requirements for a FRP CG inspected small passenger vessel. The vessel should be equipped as follows: Large Center Console Four (4) storage box seats Custom Carolina skiff T-top Two (2) 27 gal fuel Tanks Aluminum bow rail Aluminum stern rail Custom made canopy top (0002) SKIFF TRAILER Designed to fit line item 1 (2 axle with disc brakes on 1 axle) Delivery timeframe upon receipt of Purchase Order is 30 days FOB is Destination: USCG TRAINING CENTER YORKTOWN 1 USCG TRAINING CENTER WAY ATTN: SK1 SHAWN HENDRICKSON W6800 YORKTOWN, VA 23690. All responsible sources may submit an offer, which shall be considered by the Agency. Please see attached pricing spreadsheet for component list. The following FAR and, HSAR provisions and clauses as well as addenda apply to this acquisition and are incorporated by reference or in full text: - FAR 52.212-1, Instructions to Offerors - Commercial Items (June 2008) supplemented as follows: QUOTE SUBMISSION DEADLINE: Vendors shall submit an electronic version of the quote in word, excel, or adobe pdf format by 08:00am Tuesday 17 May 2011 via email to Shawn.E.Hendrickson@uscg.mil. Any questions should be emailed no later than 1:00 pm ET on Thursday 12 May 2011. Additional solicitation requirements, terms and conditions, are as follows and shall be submitted with your response: (1) The solicitation number; (2) The name, address, and telephone number of the offeror; (3) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (4) Three (3) Past performance references; (5) Completed pricing spreadsheet; (6) Terms of any express warranty; (7) Price, availability and any discount terms; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.211-3(j) for those representations and certifications that the offeror shall complete electronically); (10) Acknowledgement of Solicitation Amendments; (11) Company Tax Information Number and DUNS Number. -FAR 52.212-2, Evaluation - Commercial Items (Jan 1999) supplemented as follows: This is a lowest price technically acceptable acquisition. The USCG intends to award a Task Order resulting from this quote solicitation to the responsible offeror whose offer is most advantageous to the Government. The evaluation process will consist initially of a review of quotations for substantial compliance with the requirements set forth in the solicitation. Proposals that are determined to not substantially meet requirements may not be considered further for award. Following the initial evaluation, the USCG will evaluate the quotations that meet the requirements of the solicitation against the following evaluation criteria: Technical Acceptability: Vendors shall submit documentation (e..g., catalog cuts, brochures, that demonstrates 100% compliance with the attached specification; the Government will evaluate each vendor's compliance with the attached specification to determine acceptability. ii. Past Performance: Demonstrate relevant experience in managing efforts of the size and type outlined in this solicitation. iii. Lowest Price: The Government will evaluate the total overall price to determine accuracy, completeness, and reasonableness. Technical acceptability is greater than past performance; however when combined, they are more important than price. -FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Jan 2011) - FAR 52.212-4, Contract Terms and Conditions- Commercial Items (June 2010) - FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders- Commercial Items (Jan 2011). Clause 52.212-5 further incorporates the following: 52.204-10 (Jul 2010), 52.219-6 (June 2003; 52.219-28 (April 2009), 52.222-3 (June 2003), 52.222-19 (July 2010), 52.222-21 (Feb. 1999), 52.222-26 (Mar 2007), 52.222-50 (Feb 2009), 52.225-13 (June 2008), 52.223-18 (Sep 2010) and 52.232-33 (Oct 2003). FAR 52.233-2 Service Of Protest (Sept 2006) (a) Protests, as defined in section 33.101 of the Federal Acquisition Regulation, that are filed directly with an agency, and copies of any protests that are filed with the Government Accountability Office (GAO), shall be served on the Contracting Officer (addressed as follows) by obtaining written and dated acknowledgment of receipt from the Contracting Officer. (b) The copy of any protest shall be received in the office designated above within one day of filing a protest with the GAO. The following Homeland Security Acquisition Regulation (HSAR) provisions and clauses apply to this acquisition: 3052.242-72 Contracting Officer's Technical Representative (DEC 2003) (a) The Contracting Officer may designate Government personnel to act as the Contracting Officer's Technical Representative (COTR) to perform functions under the contract such as review or inspection and acceptance of supplies, services, including construction, and other functions of a technical nature. The Contracting Officer will provide a written notice of such designation to the Contractor within five working days after contract award or for construction, not less than five working days prior to giving the contractor the notice to proceed. The designation letter will set forth the authorities and limitations of the COTR under the contract. (b) The Contracting Officer cannot authorize the COTR or any other representative to sign documents, such as contracts, contract modifications, etc., that require the signature of the Contracting Officer. (End of clause) CG 912 Clauses - Organizational Conflicts Of Interest for Contracts Awarded By the U.S. Coast Guard Office of Contract Operations (a) The contractor warrants that to the best of its knowledge and belief, and except as otherwise disclosed, he or she does not have any organizational conflict of interest, which is defined as a situation in which the nature of work under a government contract and a contractor's organizational, financial, contractual or other interests are such that: (1) Award of the contract may result in an unfair competitive advantage; or (2) The contractor's objectivity in performing the contract work is or might be otherwise impaired. (b) The contractor agrees that if after award he or she discovers an actual or apparent organizational conflict of interest with respect to this contract, he or she shall make an immediate and full disclosure in writing to the contracting officer which shall include a description of the action which the contractor has taken or intends to take to eliminate or neutralize the conflict. The government may, however, terminate the contract for the convenience of the government if it would be in the best interest of the government. (c) In the event the contractor was aware of an organizational conflict of interest before the award of this contract and intentionally did not disclose the conflict to the contracting officer, the government may terminate the contract for default. (d) The provisions of this clause shall be included in all subcontracts and consulting agreement wherein the work to be performed is similar to the service provided to the Government by the prime contractor. The contractor shall include in such subcontracts and consulting agreements any necessary provisions to eliminate or neutralize organizational conflicts of interest. (End of Addendum)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGTC/2111411QW6800/listing.html)
 
Place of Performance
Address: USCG TRAINING CENTER YORKTOWN, 1 USCG TRAINING CENTER WAY, ATTN: SK1 SHAWN HENDRICKSON W6800, YORKTOWN, VA 23690., YORKTOWN, Virginia, 23690, United States
Zip Code: 23690
 
Record
SN02452778-W 20110521/110519235115-6fbe8c1d7ac737d9959b024a4734eb6e (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.