Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 16, 2011 FBO #3521
SOLICITATION NOTICE

56 -- Procure and install two exit doors - (Draft)

Notice Date
7/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) East, 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113, United States
 
ZIP Code
23510-9113
 
Solicitation Number
HSCGG8-11-Q-PFP172
 
Point of Contact
Paul Merritt, Fax: 2023724905
 
E-Mail Address
paul.d.merritt2@uscg.mil
(paul.d.merritt2@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work The U.S. Coast Guard intends to procure an installation of two exit doors at the SECTOR JACKSONVILLE in Atlantic Beach FL. 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 is a local set aside for the vicinity of the contract performance location. SCOPE: Procure and install two exit doors, particularly: The SECTOR Command Center (SCC) exit doors and frame. The door will be of the acoustical type and MUST meet Sound Transmission Class 40 (STC-40) Specifications. See the attached Statement of Work for more details. Site visit appointments can be scheduled with Joseph Driscoll at (904) 564-7536, Mon-Fri 8:00AM-4:00PM. Appointments need to made 24-48 hours before requested date/time, and a valid ID is required for access. HOW TO RESPOND: In order to compete for this project, interested parties must demonstrate that they are qualified to perform the work by providing a brief (20 pages or less) Technical and Cost Proposal by 3:00 ET, July 29th, 2011. All questions regarding this request for quotes must be submitted in writing via fax or email. Telephone inquiries are strongly discouraged. Technical proposals must include: (1) Specific approach in meeting requirements outlined in the services and compatibility of system/process with existing agency configuration. (2) Past performance 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. Offerers must submit an original and one copy of the proposal to PAUL MERRITT, USCG Headquarters SILC Detachment, Room 1615, 2100 Second St. SW, Washington, DC 20593. Electronic transmissions to paul.d.merritt2@uscg.mil are PREFERED, but must be timely. Proposal Evaluation Criteria: (1) Past performance of your organization, including adherence to schedules and budgets, the acceptability of previous products delivered, effectiveness of program management, and the offerer's willingness to cooperate with the customer in both routine matters and when confronted by unexpected difficulties. (2) Technical approach. (3). This will be a Best-Value award determination. Price and Past Performance, and technical data will all be determining factors in this solicitation. The following Federal Acquisition Regulations clauses are incorporated by reference: 52.212-3, Offerer Representations and Certifications-Commercial Items (SEPT 07) 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007). 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Sept 07). 52.222-3, Convict Labor (June 2003). 52.222-26, Equal Opportunity (Aug 2007). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006). 52.222.36, Affirmative Action for Workers with Disabilities (June 1998). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans for the Vietnam Era, and Other Eligible Veterans (Sept 2006). 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). 52.222-41, Service Contract Act of 1965, as Amended (July 2005). 52.222-44, Fair Labor Standards Act and Service Contract Act?XPrice Adjustment (Feb 2002). 52.232-18, Availability of Funds (Apr 1984). 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 3:00 ET, July 29th, 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/FCPMLCA/HSCGG8-11-Q-PFP172/listing.html)
 
Place of Performance
Address: USCG SECTOR JACKSONVILLE, 4200 Ocean St, Atlantic Beach, Florida, 32233, United States
Zip Code: 32233
 
Record
SN02499716-W 20110716/110715000015-70ba096632839cdcc25b35443cf6e9ef (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.