Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2011 FBO #3526
SOLICITATION NOTICE

99 -- GRIT REMOVAL AND DISPOSAL ON THE CGC VIGOROUS AND CGC GRAND ISLE - Required Information

Notice Date
7/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
562219 — Other Nonhazardous Waste Treatment and Disposal
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-11-Q-61677
 
Archive Date
8/6/2011
 
Point of Contact
Carolyn Ward, Phone: 4107626601, Sharon Byrd, Phone: 410-762-6491
 
E-Mail Address
carolyn.ward@uscg.mil, sharon.l.byrd@uscg.mil
(carolyn.ward@uscg.mil, sharon.l.byrd@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Ombudsman Grit removal Statement of work Solicitation HSCG40-11-Q-61677 Required information (i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. (ii) Solicitation number HSCG40-11-Q-61677 applies, and is issued as a Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-53 5 Jul 11. (iv) This procurement is a 100% small business set aside. The North American Industry Classification System (NAICS) code is 562219. The business size standard is 500 employees. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. (v) Item 0001: Grit removal and disposal on the CGC Vigorous EST 12 TONS. Grit removal and disposal Vigorous Chain Locker. EST 12 TONS includes 3 dust drums. IAW with Statement of Work. POC: LT. Kevin Koski (p) 410-636-7602, (c) 443-509-3625. Service to begin on 07/25/11 to 07/27/11. Daytime hours 7am to 4pm. Quantity 1 JB. Service Start Date is 07/25/2011- 07/27/11 Daytime hours 7:00am to 4:00pm. Item 0002: Grit removal and disposal on the CGC Grand Isle EST 6 TONS. Grit removal and disposal Grand Isle Foreward peak. EST 6 TONS. Contractor to comply to yard statement of work for non-hazardous grit removal and disposal. POC: LCDR Roger Robitaille (p) 410-636-4438, (c) 443-871-1780. Starting 07/28/11 7am to 4pm and complete on 08/12/11. Day time hours. Quantity 1 JB. Service Start Date is 07/28/2011- 08/12/11 Daytime hours 7:00am to 4:00pm. Item 0003: Grit removal and disposal on the CGC Grand Isle forward void EST 6 TONS. IAW with SOW. Starting 07/28/11 7am to 4pm and complete on 08/12/11. Day time hours. Quantity 1 JB. Service Start Date is 07/28/2011- 08/12/11 Daytime hours 7:00am to 4:00pm. Item 0004: Grit removal and disposal on the CGC Grand Isle battery space EST 8 TONS. IAW with SOW. Starting 07/28/11 7am to 4pm and complete on 08/12/11. Day time hours. Quantity 1 JB. Service Start Date is 07/28/2011- 08/12/11 Daytime hours 7:00am to 4:00pm. Item 0005: Grit removal and disposal on the CGC Grand Isle aft steering. EST 8 TONS. IAW with SOW. Starting 07/28/11 7am to 4pm and complete on 08/12/11. Day time hours. Quantity 1 JB. Service Start Date is 07/28/2011- 08/12/11 Daytime hours 7:00am to 4:00pm. (vi) Place of performance: USCG Surface Forces Logistics Center, 2401 Hawkins Point Road, Building 34 - Baltimore, MD 21226. (vii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.acquisition.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterheads, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses 2) discounts for prompt payment if applicable 3) cage code 4) Dun & Bradstreet number 5) Taxpayer ID number 6) Price and delivery information 7) Provide one (1) relevant past performance reference including name of contractor, point of contact and telephone number. 8) Offerors shall agree to deliver condition that the vendor shall start the performance within 48 hours of notification by the government. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (viii) FAR 52.212-2 Evaluation-Commercial Items (Jan 1999). - The evaluation and award procedures in FAR 13.106 - 2 apply. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government, price and other factors considered. Meeting the period of performance requirement, price and price related factors, as well as past performance will be use to evaluate offers. The ability for the offeror to meet the period of performance is more important that price and past performance. Past performance and price are of equal value. Award will be made on an all or none basis. (ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2011) with Alt 1 shall be submitted with their offers. The use of ORCA is mandatory as of January 1, 2005. ORCA is available through Business Partner Network (BPN) at http://www.bpn.gov. Contractors will use ORCA to electronically submit annual representations and certifications (REP & CERTS). If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete paragraphs (b) through (k) of provision FAR 52.212-3 which can be obtained electronically at http://www.arnet.gov/far. (x) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2010) applies to this acquisition. The following addendum applies: Address for submission of invoices is U.S. Coast Guard YARD, P.O. Box 4122, Chesapeake, VA 23327-4122. (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (May 2011). The following clauses listed in 52.212-5 are incorporated: a. 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644) b. 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C. 632 (a)(2)). c. 52.222-3 Convict labor (June 2003) (E.O. 11755) d. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (July 2010) (EO 11755) e. 52.222-21, Prohibition of Segregated Facilities (Feb 1999) f. 52.222-26 Equal Opportunity (March 2007)(E.O. 11246) g. 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998)(29 U.S.C. 793) h. 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351) i. 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351) Wage Determination No: 2005-2247, Revision No: 11, Date of revision: 06/15/2010. j. 52.222-50, Combating Trafficking in Persons (Aug 2007) k. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Sep 2010) (EO. 13513) l. 52.225-1 Buy American Act - Supplies (Feb 2009) (41 U.S.C. 10a-10d). m. 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O's, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). n. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21 U.S.C. 3332). o. 52.233-3 Protest after award (Aug 1996) p. 52.233-4 Applicable Law for Breach of Contract Chain (Oct. 2004). q. The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. Copies of HSAR clauses may be obtained electronically at: http://www.dhs.gov/interweb/assetlibrary/DHS_HSAR_DEC_2003.pdf, COMDTINST (Ombudsman) 4200.14 at http://cgweb.comdt.uscg.mil/G-CFP/g-cpm/instruction/AGENCY%20PROTESTS.HTM. Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. (xii) Additional contract requirements: If the item(s) required in the contract resulting from this solicitation are customarily warranted in the trade by a standard commercial warranty, such warranty shall be incorporated into this contract and thereby provided to the Government at no additional cost. Any standard commercial warranty provided shall be identical to the standard commercial warranty normally offered by the Contractor to the Contractor's most favored customer. Offerors are requested to state the terms and conditions of their standard commercial warranty or to attach a copy of the warranty terms with their proposal. (xiii) N/A (xiv) QUESTIONS ARE DUE WED. 7/20/2011 4pm EST and QUOTES ARE DUE FRI. 7/22/2011 10am EST. Proposals may be faxed to (410) 762-6008 or emailed to Carolyn.ward@uscg.mil. (xv) Point of Contact: Carolyn Ward, Purchasing Agent, Tele No. 410-762-6601, email address: Carolyn.ward@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-11-Q-61677/listing.html)
 
Place of Performance
Address: 2401 HAWKINS POINT ROAD, BALTIMORE, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN02503495-W 20110721/110720001711-53f67638e5ad3e4045632dbf8fb956dc (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.