Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2012 FBO #3760
SOLICITATION NOTICE

20 -- CGC ALERT DRYDOCK REPAIRS - Past Performance Questionnaire - Blank SOS Schedule - RFP CGC ALERT - Spec CGC ALERT

Notice Date
3/9/2012
 
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-P45B78
 
Archive Date
3/8/2013
 
Point of Contact
Tara M Holloway, Phone: 757-628-4754, Mable L. Lee, Phone: (757) 628-4820
 
E-Mail Address
tara.m.holloway@uscg.mil, mable.l.lee@uscg.mil
(tara.m.holloway@uscg.mil, mable.l.lee@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
CGC ALERT Spec RFP Solicitation Pricing Schedule Questionnaire This Request for Proposal (RFP) HSCG80-12-R-P45B78 for commercial item has been prepared in accordance Federal Acquisition Regulation (FAR) Part 12, Acquisition of Commercial Items and FAR Subpart 15, Contracting by Negotiation. Proposals are being requested and a written solicitation will not be issued. This Request for Proposal (RFP) incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-56. This Request for Proposal is set-aside for 100% Total Small Businesses. 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 June 13, 2012. C. Place of Performance: All work to be accomplished at the contractor's drydock facility. D. Geographical Restriction: There is a geographical restriction associated with this availability. The CGC ALERT (WMEC-630) is restricted within 300 road miles of cutter's permanent berth. 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 (Jan 1999), Evaluation-Commercial Items-applies with the following addenda: Award of a contract will be based on the following criteria: Past Performance is significantly more important than price. This contract will be awarded as a firm fixed price utilizing the simplified acquisition procedures in accordance with FAR Part 12 and FAR Part 15. 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 quote is required to identify past or current contracts for efforts similar to this requirement. All contractor quotes 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 contract resulting from this Request for Proposal (RFP) to the responsible contractor whose proposal conforming to the RFP will be more advantageous to the Government, price and other factors considered. For the purpose of this RFP past performance is significantly more important than price. A CD-ROM containing all applicable drawings will be sent via U.S. mail, if requested. Send all requests to Tara.m.holloway@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 notice are 4 files to be downloaded (Request for Proposal (RFP) Solicitation Info - SF1449, Specification for CGCALERT (WMEC-630), Schedule of Supplies/Services and Past Performance Questionnaire. Potential sources having the expertise and required capabilities are invited to submit proposals that will be considered by the agency. Proposals should be written and submitted in a legible format. Proposals must contain the contractor's DUNS Number, Cage Code and Tax-ID. Proposals must be received not later than March 23, 2012, 10:00 a.m. Eastern Standard Time. Proposals received after the date and time specified will not be considered. Based on FAR 52.215-5 (Oct 1997), proposals may be mailed to: Surface Forces Logistics Center, 300 East Main Street Suite 550, ATTN: CPD-C&P1-MECPL, Tara Holloway, Norfolk, VA 23510-9111 or e-mail to Tara.m.holloway@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 Tara Holloway, Contract Specialist at (757) 628-4754 or via e-mail to tara.m.holloway@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-12-R-P45B78/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN02693244-W 20120311/120309235147-b91d810643d6500ab4c6eb908ba577d7 (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.