Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 09, 2012 FBO #3758
SOLICITATION NOTICE

20 -- EMERGENCY DRYDOCK FOR CGC SAWFISH - REQUEST FOR PROPOSAL

Notice Date
3/7/2012
 
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
HSCG80-12-R-P45H59
 
Point of Contact
Nancy M Brinkman, Phone: 757-628-4579
 
E-Mail Address
Nancy.M.Brinkman@uscg.mil
(Nancy.M.Brinkman@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SCHEDULE OF SUPPLIES & SERVICES SPECIFICATION FOR SAWFISH REV2 SOLICITATION INFORMATION WITH SF1449 This combined synopsis/solicitation HSCG80-12-R-P45H59 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; proposals are being requested and a written solicitation will not be issued. This Request for Proposals incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-56. This is a100% 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 "SCHEDULE" IAW the provided specification. B. Performance will commence on or about 14 March 2012 and complete no later than 13 April 2012. C. Place of Performance: All work to be accomplished at the contractor's drydock facility. D. Geographical Restriction: Per U. S. Coast Guard Atlantic Area Instruction 3100.1C, the vessel is restricted to the boundaries of within 576 nautical miles or 1172 round-trip of 100 Trumbo Point Road, Key West, FL 33040 for Dry-dock repairs. E. Description of Requirement: All work will be accomplished in accordance with the specification, available on www.fbo.gov. F. As stated below, the provision at FAR 52.212-2 (Feb 2012), Evaluation-Commercial Items- applies with the following addenda: Award of a contract will be based on the following criteria: Past Performance is more important than price. The purchase order will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13. 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) and the following, the contractor's proposal is required to identify past or current contracts for efforts similar to this requirement. All contractor proposals 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. A CD-ROM containing all applicable drawings will be sent via U.S. mail, if requested. Send all requests to Nancy.M.Brinkman@uscg.mil. The CD-ROM sets are available of all cutters and will be free of charge to contractors upon request. The CD-ROM(s) contain WINDOWS compliant raster/vector formats (e.g.*.DWF, etc). Attached to this Combined Synopsis Solicitation are 3 files to be downloaded (Solicitation Info - SF1449, Specification for CGC Sawfish, Schedule of Supplies/Services). 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. Proposals must be received no later than 8 March 2012, 5:00 pa.m. Eastern Standard Time. Proposals received after the date and time specified will not be considered. Based on FAR 52.215-5 (Oct 1997), quotes may be faxed to: (757) 628-4676 Attn: Nancy Brinkman or e-mailed to Nancy.M.Brinkman@uscg.mil. Offerors are advised of the requirement to include a completed copy of the provision at FAR 52.212-3(Feb 2012), Offeror Representations and Certifications-Commercial items, with their offer. All questions regarding this solicitation should be directed to Nancy Brinkman, Contracting Officer at (757) 628-4579 or via e-mail to Nancy.M.Brinkman@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-12-R-P45H59/listing.html)
 
Place of Performance
Address: CONTRACTOR'S FACILITY within 576 nautical miles or 1172 round-trip of, 100 Trumbo Point Road, Key West, FL 33040, United States
Zip Code: 33040
 
Record
SN02690520-W 20120309/120307234647-2368d1dd6808b4d70063052a39a32138 (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.