Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 10, 2011 FBO #3577
SOLICITATION NOTICE

J -- Inspection, Testing, Maintenance of various Fire Preventive Systems - Attachment #1

Notice Date
9/8/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561990 — All Other Support Services
 
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
HSCG84-11-Q-AA5395
 
Archive Date
9/19/2011
 
Point of Contact
Connet M Broadnax, Phone: 757-628-4121, Reginald B. Henderson, Phone: 757-628-4129
 
E-Mail Address
connet.m.broadnax@uscg.mil, reginald.b.henderson@uscg.mil
(connet.m.broadnax@uscg.mil, reginald.b.henderson@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment #2 - DOL Wage Determiantion Attachment #1 - Performance Work Statement (PWS) with Technical Exhibits 1 through 4 The U.S. Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC), Norfolk, VA is procuring INSPECTION, TESTING, MAINTENANCE OF VARIOUS FIRE PREVENTIVE SYSTEMS, for the Inspection, Testing, and Corrective action both non-emergency and emergency situations of all Installed Automatic Fire Alarm Systems, Water based Fire Protection Systems and Pumps, and Kitchen Hood Suppression Systems at the USCG BASE SUPPORT UNIT ELIZABETH CITY, Elizabeth City, NC This is a combined synopsis/solicitation for commercial items 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. The solicitation number HSCG84-11-Q-AA5395 is issued as Request for Quotation (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. This is a 100% Small Business Set-Aside Open Competition, with a NAICS code 561990 (All Other Support Services), and Small Business Size Standard of $7M. The Offeror must be an authorized, qualified, and certified vendor and must quote on an all or none basis. Written quotes are required (oral offers will not be accepted). Only one contract will be awarded. Line Items: The contractor shall provide all personnel, equipment, tools, materials and all other items necessary to perform services listed within the attached Performance Work Statement (PWS) to provide the followings items: (00001 through 00004) CLIN 00001 - Perform services to Inspect, Test and Maintenance all systems in accordance with the PWS, Qty - 4; Unit - QT. CLIN 00002 - Corrective/Service Call Work in accordance with 3.3.2 of the PWS, NTE Qty - 100; Unit - HR. CLIN 00003 - Emergency Services in accordance with 3.3.2 of the PWS, NTE Qty - 50, Unit - HR. CLIN 00004 - Materials associated with performing services under CLIN 00002 and 00003 ONLY, Qty - 1, Unit - LO, NTE $10,000.00. Abbreviations: QT - Quarter HR - Hour LO - Lot NTE - Not-to-Exceed ATTACHMENTS: Attachment 1 - Performance Work Statement (PWS) with Technical Exhibits 1 through 4 Attachment 2 - Wage Determination Revision Number 2005-2544, Revision 13, dated 06/13/2011 This solicitation is issued in accordance with FAR Part 12, Acquisition of Commercial Items. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this acquisition and is tailored as follows: (b)(4) Offerors shall submit technical capability in sufficient detail to evaluate compliance with the requirement This may include product literature or other documents, if necessary; (b)(10) Offerors shall submit past performance information on up to 3 contracts that are currently in process or have been completed during the past three years (including Federal, State, and local government) which are similar to the work required by this solicitation. Information shall include contract numbers, points of contact with telephone numbers and other relevant information. Offerors are advised to include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items. Complete only paragraph (j) of this provision if the annual representation and certifications have been completed electronically at http://orca.bpn.gov. If the annual representations and certification have not been completed electronically at the ORCA website, then only paragraphs (b) through (i) of this provision need be completed with quote. The clause at 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statues Or Executive Orders - Commercial Items, applies to this acquisition. The following additional FAR clauses 52.203-6, 52.209-9, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222.36, 52.222-41, 52.222-42, 52.225-13, and 52.232-33, 52,233-4, 52.237-2, and 52.237-3 also apply to this acquisition and can be found at https://www.acquisition.gov/Far/ The Homeland Security Acquisition Regulation (HSAR) clauses 3052.223-90 and 3052.242-72 also apply to this acquisition and can be found at http://www.dhs.gov. FAR 52.212-2 Evaluation - Commercial Items (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer/quote conforming to the solicitation will be most advantageous to the Government, price and other factors considered. Technical and Past Performance, when combined, are significantly more important than price. However, all other factors being equal, price MAY be a determining factor. (b) The government will negotiate or make an offer based on the quote provided in response to this request for quotation. Written acceptance of an offer made by the government or performance under the offer will result in a binding contract Technical: A List of Qualified Personnel with required certifications in accordance with Section 7.2 of the PWS. Past Performance: The offer's past performance on contracts identified in response to FAR 52.212-1, paragraph (b)(10) will be evaluated to determine the quality of work previously provided and to assess the relative capability of the offeror to effectively accomplish the requirements of this solicitation. The Government may obtain information from references provided by the offeror, customers known to the Government, consumer protection organizations, and any other source that may have useful and relevant information. Failure to include the information identified in FAR 52.212-1, paragraph (b)(10)(2) with the offer may render the offer as non-responsive and exclude the offeror from further consideration for award. Price: Price will be evaluated to ensure it is complete, balanced and reasonable. The offer must include a price for each of the line items contained this combined synopsis/solicitation. An offer may be rejected if it is unreasonable as to price. Unreasonableness of price includes not only the total price of the offer, but the price of individual line items as well. An offer may also be rejected if the prices for any line items are materially unbalanced. The Contracting Officer may require the offeror to provide additional information to establish the reasonableness of any proposed price. Failure to include a price for any line item may render the offer as non-responsive and exclude the offer from further consideration for award. Quotation is due on or before September 15, 2011, at 4:00PM (EST), via email, to the attention of Ms. Connet Broadnax at e-mail at Connet.M.Broadnax@uscg.mil. The quotation shall include (1) Pricing for CLIN 00001-00004; (2) Technical Capability information regarding technicians permits, licenses, certifications, as required by this RFQ; (3) Past performance information; and (4) a completed Offeror Representations and Certifications. If you have any questions regarding this combined synopsis/solicitation, contact Ms. Connet Broadnax via e-mail or phone at 757-628-4121.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG84-11-Q-AA5395/listing.html)
 
Place of Performance
Address: USCG Elizabeth City, Bldg. 35, Elizabeth City, North Carolina, 27906-5006, United States
Zip Code: 27906-5006
 
Record
SN02567642-W 20110910/110909000553-51b7e1af493c09660e6cd1a19f156b3b (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.