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

U -- Shipyard Competent Personnel Classes

Notice Date
3/9/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912), 1900 Half Street, SW, Washington, District of Columbia, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCG23-12-Q-PBP062
 
Archive Date
3/24/2012
 
Point of Contact
Kelson A. Baker, Phone: 7038565489, Robert Mann-Thompson, Phone: 2024753252
 
E-Mail Address
Kelson.A.Baker@uscg.mil, robert.a.mann-thompson@uscg.mil
(Kelson.A.Baker@uscg.mil, robert.a.mann-thompson@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFP# - HSCG23-12-Q-PBP062 Description: Shipyard Competent Personnel Classes This acquisition is being issued in accordance with FAR Subpart 12. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with the additional information included in this notice. The Request for Quote number is HSCG23-12-Q-PBP062. This is a sole-source acquisition to be awarded to Delta Lab and Gas Testing Inc. This solicitation documents and incorporates provisions and clauses that are in effect through FAC 2005-56 (March 2, 2012). It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The NAICS code is 541690. This synopsis/solicitation is for the requirements detailed in the following Statement of Work: STATEMENT OF WORK (SOW) DATED: MARCH 6, 2012 1.0 GENERAL. 1.1 SCOPE. The propose of this purchase order is to obtain contractor training support services for the U.S. Coast Guard (USCG) Office of Safety and Environmental Health. Specifically this purchase order requires the contractor to provide classroom and lab instruction training for a four (4) day Shipyard Competent Person course (code 500799) to a maximum class size of 25 students. The course shall give USCG personnel the knowledge and skills necessary to perform as competent persons as described in 29 CFR 1915 part B and CMDTNOTE 15000 of April 27, 2001. The contractor shall teach students to apply the recognizable, evaluate and control (REC) model to confined space hazards at ship repair, construction and maintenance facilities during USCG marine safety activities aboard vessels. The applicable guidance and regulations 29 CFR 1915, NFPA 306, COMDINST 5100.47 and COMDNOTE 16000 dated April 27, 2001- shall be reviewed. The roles of the marine chemist and shipyard competent person shall be discussed in detail, and students shall learn to use confined space atmospheric testing equipment during "hands on" and simulated entry exercises. Training shall be held at locations listed in section 1.9. 1.2 BACKGROUND. The USCG mission is to provide Shipyard Competent Person training to selected personnel who work in and around confined spaces on vessels; Afloat Gas Free Engineers and Afloat GFE Petty officers and competent persons. The purpose of this course is to provide students with the technical knowledge and skills to perform the suties of a competent person. 1.3 CONTRACTOR PERSONNEL. 1.3.1 Project Manager. The Contractor shall provide a Project Manager who shall be responsible for all Contractor work performed under this task order. The Project Manager is further designated as Key by the Government. 1.3.1.1 The Project Manager shall be a single point of contact for the Contracting Officer and the Contracting Officer's Technical Representative (COTR). It is anticipated that the Project Manager shall be one of the senior level employees provided by the Contractor for this work effort. The name of Project Manager, and the name(s) of any alternate(s) who shall act for the Contractor in the absence of the Project Manager, shall be provided to the Government as part of the Contractor's proposal. During any absence of the Project Manager, only one alternate shall have full authority to act for the Contractor on all matters relating to work performed under this task order. The Project Manager and all designated alternates shall be able to read, write, speak and understand English. Additionally, the Contractor shall not replace the Project Manager without prior acknowledgement from the Contracting Officer. 1.3.1.2 The Project Manager shall be available to the COTR via telephone between the hours of 8am through 4pm EST, Monday through Friday, and shall respond to a request for discussion or resolution of technical problems within 48 hours of notification. 1.3.2 Qualified Personnel. The Contractor shall provide qualified personnel to perform all requirements specified in this task order. 1.3.3 Specific Personnel Requirements - Instructors. Instructors are designated as key by the government (see SOW 1.4). The contractor shall provide qualified personnel who meet the following requirements: 1.3.3.1 Instructors shall be from the National Fire Protection Agency (NFPA) or be NFPA Approved. 1.3.4 Employee Identification. Contractor employees visiting Government facilities shall wear an identification badge that, at minimum, displays the Contractor name, the employee's photo, name, clearance-level and badge expiration date. Visiting Contractor employees shall comply with all Government escort rules and requirements. All Contractor employees shall identify themselves as Contractors when their status is not readily apparent and display all identification and visitor badges in plain view above the waist at all times. 1.3.5 Employee Conduct. Contractor employees shall present a professional appearance at all times and their conduct shall not reflect discredit upon the United States, the Department of Homeland Security, and the United States Coast Guard. 1.3.6 Removing Employees for Misconduct or Security Reasons. The Government may, at its sole discretion, direct the Contractor to remove any Contractor employee from Coast Guard facilities for misconduct or security reasons. Removal does not relieve the Contractor of the responsibility to continue providing the services required under this task order. The Contracting Officer will provide the Contractor with a written explanation to support any request to remove an employee. 1.3.7 Conflict of Interest. The Contractor shall not employ any person who is an employee of the United States Government, if that employment would or would appear to cause a conflict of interest. 1.4 KEY PERSONNEL. Before replacing any individual designated as Key by the Government, the Contractor shall notify the Contracting Officer no less than 15 business days in advance, submit written justification for replacement, and provide the name and qualifications of any proposed substitute(s). All proposed substitutes shall possess qualifications equal to or superior to those of the Key person being replaced. The Contractor shall not replace Key Contractor personnel without acknowledgment from the Contracting Officer. The Government may designate additional Contractor personnel as Key at the time of award. 1.5 SECURITY. Contractor access to classified information is not currently required under this task order. 1.6 PERIOD OF PERFORMANCE. The period of performance will be 12 months from the date of award. 1.7 PLACE OF PERFORMANCE. The primary place of performance shall be at USCG TRACEN Yorktown, VA and Petaluma, CA exported CONUS and OCONUS locations to be determined. 1.8 HOURS OF OPERATION. The primary hours of operation for Contractor instructors shall be between the hours of 0800 and 1700 Monday through Friday (except Federal holidays). 1.9 TRAVEL. Travel is required for work performed at USCG facilities and therefore travel costs for work performed at USCG facilities will be reimbursed to the Contractor in accordance with FAR 31.205-46. The Contractor shall obtain the COTR's approval (electronic mail is acceptable) for all reimbursable travel in advance of each travel event. 1.10 KICK-OFF MEETING. The Contractor shall attend a Kick-Off Meeting with the Contracting Officer and the COTR not later than five (5) business days after the date of award. The purpose of the Kick-Off Meeting, which will be chaired by the Contracting Officer, is to discuss technical and contracting objectives of this task order and review the Contractor's Project Plan. The Kick-Off Meeting will be held at the Government's facility or remotely by virtual conferencing tools (i.e., teleconference, online meetings). 1.11 PROJECT PLAN. The Contractor shall provide a draft Project Plan at the Kick-Off Meeting for Government review and comment. The Project Plan shall include tentative dates for delivery of auxiliary support equipment during the Period of Performance to include any equipment options executed by the Government. The Contractor shall provide a final Project Plan to the COTR not later than five (5) business days after the Kick-Off Meeting. 1.12 STATUS REPORTS. The Project Manager shall provide a status report to the Contracting Officer and COTR the last working day of each month. This report shall include a summary of all Contractor work performed, an assessment of technical progress, schedule status, and any Contractor concerns or recommendations. 1.13 STATUS MEETINGS. The Project Manager shall be responsible for keeping the Contracting Officer and COTR informed about Contractor status throughout the performance period and ensure Contractor activities are aligned with USCG objectives. 1.14 GENERAL REPORT REQUIREMENTS. The Contractor shall provide all written reports in electronic format with read/write capability using applications that are compatible with Coast Guard Standard Workstation (Windows Server 2003 and Microsoft Office Applications). 1.15 INTELLECTUAL PROPERTY. All Contractor developed processes and procedures and other forms of intellectual property first developed under this task order shall be considered Government property. 1.16 PROTECTION OF INFORMATION. Contractor access to proprietary information is required under this task order. Contractor employees shall safeguard this information against unauthorized disclosure or dissemination in accordance with DHS MD 11042.1, Safeguarding Sensitive but Unclassified (SBU) Information. The Contractor shall ensure that all Contractor personnel having access to business or procurement sensitive information sign a non-disclosure agreement (DHS Form 11000-6) at the time of award. 1.17 SECTION 508 COMPLIANCE. Section 508 of the Rehabilitation Act, as amended by the Workforce Investment Act of 1998 (P.L. 105-220) requires that when Federal agencies develop, procure, maintain, or use electronic and information technology, they must ensure that it is accessible to people with disabilities. Federal employees and members of the public who have disabilities must have equal access to and use of information and data that is comparable to that enjoyed by non-disabled Federal employees and members of the public. All EIT deliverables within this work statement shall comply with the applicable technical and functional performance criteria of Section 508 unless exempt. Specifically, the following applicable standards have been identified: 36 CFR 1194.22 - Web-based Intranet and Internet Information and Applications, applies to all Web-based deliverables, including documentation and reports procured or developed under this work statement. When any Web application uses a dynamic (non-static) interface, embeds custom user control(s), embeds video or multimedia, uses proprietary or technical approaches such as, but not limited to, Flash or Asynchronous JavaScript and XML (AJAX) then "1194.21 Software" standards also apply to fulfill functional performance criteria. 36 CFR 1194.24 - Video and Multimedia Products, applies to all video and multimedia products that are procured or developed under this work statement. Any video or multimedia presentation shall also comply with the software standards (1194.21) when the presentation is through the use of a Web or Software application interface having user controls available. 36 CFR 1194.31 - Functional Performance Criteria applies to all EIT deliverables regardless of delivery method. All EIT deliverable shall use technical standards, regardless of technology, to fulfill the functional performance criteria. 36 CFR 1194.41 - Information Documentation and Support, applies to all documents, reports, as well as help and support services. To ensure that documents and reports fulfill the required "1194.31 Functional Performance Criteria", they shall comply with the technical standard associated with Web-based Intranet and Internet Information and Applications at a minimum. In addition, any help or support provided in this work statement that offer telephone support, such as, but not limited to, a help desk shall have the ability to transmit and receive messages using TTY. Exceptions for this work statement have been determined by DHS and only the exceptions described herein may be applied. Any request for additional exceptions shall be sent to the COTR and determination will be made in accordance with DHS MD 4010.2. DHS has identified the following exceptions that may apply: 36 CFR 1194.2(b) - (COTS/GOTS products), When procuring a product, each agency shall procure products which comply with the provisions in this part when such products are available in the commercial marketplace or when such products are developed in response to a Government solicitation. Agencies cannot claim a product as a whole is not commercially available because no product in the marketplace meets all the standards. If products are commercially available that meets some but not all of the standards, the agency must procure the product that best meets the standards. When applying this standard, all procurements of EIT shall have documentation of market research that identify a list of products or services that first meet the agency business needs, and from that list of products or services, an analysis that the selected product met more of the accessibility requirements than the non-selected products as required by FAR 39.2. Any selection of a product or service that meets less accessibility standards due to a significant difficulty or expense shall only be permitted under an undue burden claim and requires approval from the DHS Office of Accessible Systems and Technology (OAST) in accordance with DHS MD 4010.2. 36 CFR 1194.3(b) - Incidental to Contract, all EIT that is exclusively owned and used by the contractor to fulfill this work statement does not require compliance with Section 508. This exception does not apply to any EIT deliverable, service or item that will be used by any Federal employee(s) or member(s) of the public. This exception only applies to those contractors assigned to fulfill the obligations of this work statement and for the purposes of this requirement, are not considered members of the public. 2.0 GOVERNMENT TERMS & DEFINITIONS. 2.1 USCG - United States Coast Gaurd 3.0 GOVERNMENT FURNISHED RESOURCES. 3.1 The Government will provide the following to the Contractor for work required under this contract: 3.1.1 The Government assumes responsibility for repairing damage to Coast Guard owned equipment used as training aids, unless such damage is due to the Contractor's negligence. 3.1.2 The Government will provide classroom space, with chalk/dry erease boards, and standard audio/visual equipment for the course. 4.0 CONTRACTOR FURNISHED PROPERTY. The Contractor shall furnish all facilities, materials, equipment and services necessary to fulfill the requirements of task orders awarded under this contract, except for the Government Furnished Resources specified in SOW 3.0 and 5.0 of this work statement. At a minimum, the Contractor shall provide the following: • Course Training Outline and Test Material • Power Point Disks • Training Videos • Handout Materials • Training completion certificates for personnel completing course • Copies of course manuals for each student • Projection system for courses conducted outside TRACEN Yorktown 4.1 The Contractor shall provide a printed instructional workbook to each student attending the course (See 3.2) 4.1.1 The Contractor shall provide feedback and recommendations for improvements on USCG provided addendums to the COTR. 4.2 The Contractor shall provide a minimum of six (6) BW Technologies Micro 5 PID (with integral pump) atmospheric monitoring meters per class for use by students during instruction and exercises. 4.3 When training is being held at a USCG training center, the Contractor shall arrange to provide Atmospheric testing on board a vessel for a half-day lab portion of the course if possible. If a vessel is not available Atmospheric testing shall be with a Chemical Sampling Box, if suitable lab facilities are not provided at the training location. 4.3.1 In OCONUS locations, the USCG unit hosting the training will assist in arranging the Atmospheric testing on a vessel. If no vessel is available the Contractor shall use a Chemical Sampling Box. 5.0 REQUIREMENTS The Contractor shall provide classroom and lab instruction training for 6-15 sessions of a four (4)-day Shipyard Competent Person course to a maximum class size of 25 students. The course shall give USCG personnel (active duty. reserves, civilian and auxiliary) the knowledge and skills necessary to perform as a Competent Persons as described in 29 CFR 1915 subpart Band COMDTNOTE 15000 of 27 APR 01. The Contractor shall teach students to apply the recognize, evaluate and control (REC) model to confined space hazards at ship repair, construction and maintenance facilities during USCG marine safety activities aboard vessels. The applicable guidance and regulations - 29 CFR 1915 NFPA 306 COMDINST 5100.47 and COMDTNOTE 16000 dated 27 APR 2001-shall be reviewed. The roles of the Marine Chemist and Shipyard Competent Person shall be discussed in detail, and students shall learn to use confined space atmospheric testing equipment during "hands on" and simulated entry exercises. 5.1 INSTRUCTOR SUPPORT The Contractor's Instructor(s) shall maintain an environment conducive to learning and shall provide the following: 5.1.1 Maintain a high standard of professional qualifications in instructional and technical areas. 5.1.2 Utilize Government approved Instructor guide for this course and personalize it for each subject matter area as needed. 5.1.3 Recommend curriculum changes to course for approval by COTR prior to implementation. 5.1.4 Maintain qualifications in instructional techniques, training aids, training equipment, training devices and instructional material required to teach assigned topics. 5.1.5 Prepare the classroom for instruction (e.g., assemble course material as required, ensure course materials are brought into classroom" arrange tables and chairs, layout course materials for each student) and ensure classroom is left in an orderly fashion at the end of each day, especially on the last day of the class. 5.1.6 Upon request of the appropriate authority, make academic comments concerning students. 5.1.7 Ensure a dignified, harmonious and professional classroom atmosphere. 5.1.8 Administer, grade and review examinations, as necessary. 5.1.9 Report all problem areas related to assigned duties and responsibilities to the COTR. 5.1.10 Teach all assigned topics, in accordance with contract requirements, effectively utilizing allotted time. 5.1.11 Perform operational check on assigned training equipment, devices and aids. 5.1.12 Refer unresolved students' disciplinary problems to the appropriate military authority. 5.1.13 Monitor students to ensure safe usage of all training equipment, devices and training aids 5.2 COURSE CRITERIA The Contractor shall instruct a group-paced, criterion referenced, instructor managed, student participation, lecture, laboratory type instructional system that uses firmly established training procedures. All procedures shall be accomplished in accordance with the latest instructional methodology. Upon completion of this course, the students will be able to: 5.2.1 Anticipation of hazards of confined or enclosed spaces 5.2.2 Recognize and identify hazards of confined or enclosed spaces 5.2.3 Evaluate hazards of confined or enclosed spaces 5.2.4 Control hazards of confined or enclosed spaces 5.2.5 Properly use confined space atmospheric testing instrumentation 5.2.6 Keep proper Competent Logs 5.2.7 Maintain safe conditions in a confined of enclosed space 5.3 COURSE CURRICULUM The Contractor shall provide training for the USCG using learning materials, equipment and methodologies to produce a graduate that satisfies the USCG's training mission. At a minimum, the curriculum shall address the following: 5.3.1 Confined space and hazard Recognition 5.3.2 Confined space and hazard Evaluation 5.3.3 Confined space and hazard Control 5.3.4 Confined space hazard instrumentation (BW Technologies Micro5 PID) 5.3.5 Repair work on small craft 5.3.6 Repair work on large craft 5.3.7 Precautions and testing before entering confined spaces including detection of Oxygen content, flammable atmospheres, Toxic, Corrosive. Irritant or Fumigated atmospheres and residues. 5.3.8 Cleaning and other cold work 5.3.9 Hot work requiring testing 5.3.10 Maintenance of safe conditions 5.3.11 Warning signs and labels 5.3.12 Coast Guard specific confined space information 5.3.13 General Competent Person duties including recordkeeping, testing and training requirements 5.3.14 General industrial Hygiene and Toxicology of hazards associated with confined spaces 5.3.15 Content of USCG provided addendum (See 3.2) 5.4 INSTRUCTORS AND CLASS SIZE 5.4.1 At least two Instructors shall instruct each class, one of which shall be a NFPA Certified Marine Chemist. 5.4.2 The maximum class size is 25 students. 5.4.2.1 The Government reserves the right to cancel or change a convening at no cost/penalty to the Government. The Contractor will be notified no later than 15 calendar days prior to the first day of the class, if the convening is cancelled. 5.4.2.2 The Government reserves the right to exceed the class size on a case-by-case, limited basis at no extra cost to the Government if agreed to in advance by the COTR and the Contractor. 5.5 COURSE COMPLETION AND CRITIQUES 5.5.1 The Contractor shall administer a written test to each member of the class at the beginning and end of the course and the results will be recorded. The Contractor may administer written quizzes as necessary. 5.5.1.1 The Contractor shall modify testing to include content from USCG provided addendums. 5.5.2 The Contractor shall provide graduation certificates for the course. These certificates shall be filled out by the Contractor at the end of each course and passed out to students who have successfully completed the course. 5.5.3 Contractor shall complete a non-completion record for each student who does not complete the course and provide to the COTR. 5.5.3.1 Any student missing more than 10% of a class will fail the course and not receive a graduation certificate. The contract instructor should contact the COTR immediately to discuss the student's situation. The Government retains the right to make the final decision on whether or not a student will be allowed to stay for the remainder of the course. 5.5.4 Contractor Instructors will be evaluated by Government Subject Matter Experts and by student critiques. Contractor shall ensure that a student roster is completed and submitted to the COTR and that student critiques are completed. 5.5.5 The Contractor shall submit to the CaTR a course completion report within five (5) business days after the end of each class convening. The report shall include, as a minimum, a student roster, pre and post class assessment, student critiques, test results and instructor comments/observations. 5.5.5.1 Based on feedback received from student critiques, the Contractor shall submit to the COTR recommendations for changes to the curriculum for upcoming training sessions. Upon agreement between the Contractor and the Government (see SOW 5.1.3), the Contractor shall implement the changes to the curriculum and provide an updated version to the Government not later than thirty (30) days prior to the upcoming training session. 5.5.6 The Contractor shall immediately report all accidents occurring on Government property involving contract employees to local emergency response units and to the local resident authority and report the findings in writing to the COTR within three (3) calendar days after the occurrence. When required, the Contractor shall provide input for reporting accidents involving USCG students. 5.5.7 The Contractor shall establish, maintain, and monitor the quality assurance of the services provided via a detailed QAP clearly stating his/her procedures for ensuring quality. As part of the plan, the Contractor shall establish and maintain an instructor evaluation system. Records of all instructor evaluations for contract employees shall be kept current, complete, and available to the Contracting Officer or COTR upon request during the performance of this task order. 6.0 REFERENCES 6.1 29 CFR 1915 6.2 COMDINST 5100.47 6.3 COMDTNOTE 16000 dated 27 APR 2001 6.4 NFPA306 7.0 DELIVERABLES. The Contractor shall deliver the following at the dates indicated. ITEM SOW DELIVERABLE / EVENT DUE BY 1 1.10 Kick-Off Meeting NLT five (5) business days after the date of award 2 1.10 Draft Contractor Project Plan NLT Kick-Off-Meeting 3 1.10 Final Contractor Project Plan NLT five (5) business days after the Kick-Off-Meeting 4 1.12 Status Reports NLT last day of each month after date of award 6 5.1 MTU Auxiliary Equipment Delivered as agreed upon in project plan (END OF STATEMENT OF WORK) FAR 52.212-1 Instructions to Offerors - Commercial items (June 2008) and is supplemented as follows: Quote Submission Deadline: Vendors shall submit an electronic version of their quote in word or adobe pdf format by 5:00 PM EST on March 9, 2012 via email to Kelson Baker at Kelson.A.Baker@uscg.mil. Quoter shall submit as a separate document file and via email only. Additional terms, conditions and requirements that shall be submitted are as follows: 1. The solicitation number 2. The name address, email, and telephone number of the Offeror 3. The name, email, and telephone number of the Technical POC 4. The name, email, and telephone number of the Pricing POC 5. Acknowledgement of all solicitation amendments 6. Company Tax Information Number and DUNS number Applicable Clauses 52.212-2, Evaluation - Commercial Items (JAN 1999) is applicable to this procurement. This is a lowest price technically acceptable (LPTA) solicitation. The evaluation factors, in descending order of importance, are: 1. Acceptability: To determine acceptability the Government will evaluate each vendor's ability to provide the equipment in accordance with the PWS. 2. Lowest Price: The Government will evaluate the total overall price to determine accuracy, completeness, and reasonableness. To be considered, all quotes must be received by the Contract Specialist, Kelson, via email at Kelson.A.Baker@uscg.mil in Adobe pdf format no later than 5:00 PM (Eastern Time) on March 9, 2012 The following FAR provisions and clauses are applicable to this procurement: 52.202-1 - Definitions; 52.212-3 and its ALT I (Jun 2008), Offeror Representations and Certifications. Certification and Representations shall be submitted via ORCA website at https://orca.bpn.gov/publicsearch.aspx Commercial Items; 52.204-7 Central Contractor Registration (Apr 2008); 52.212-4 Contract Terms and Conditions - Commercial Items (June 2010); 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Nov. 2011). The following clauses are applicable to this solicitation: 52.222-3 Convict Labor (Jun 2003); 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jul 2010); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010); FAR 52.222-50 Combating Trafficking in Persons (Feb 2009); FAR 52.225-1, Buy American Act-Supplies (Feb 2009) (41 USC 10a-10d); 52.225-13- Restriction on Certain Foreign Purchases (Jun 2008); 52.232-33 Payment by Electronic Funds Transfer - Central Contractor Registration (Oct 2003), 52.233-3 Protest After Award (Aug 1996) The following clauses are also incorporated by reference: 52.203-6 Restrictions on Subcontractor Sales to the Government (Sept 2006); 52.203-7 Anti-Kickback Procedures(October 2010); 52.204-2 Security Requirements (August 2006); 52.204-6 Data Universal Numbering System (DUNS) Number(April 2008); 52.209-6 Protecting the Government's Interest When Subcontracting with Contractor's Debarred, Suspended, or Proposed for Debarment(Dec 2010); 52.211-5 Material Requirements(Aug 2000); 52.222-25 Affirmative Action Compliance(April 1984); 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans(Sept 2010); 52.222-54 Employment Eligibility Verification(Jan 2009); 52.223-3 Hazardous Material Identification and Material Safety Data(Jan 1997); 52.223-17 Affirmative Procurement of EPA-designated Items in Service and Construction Contracts(May 2008); 52.223-18 Encouraging Contractor Policies to Ban Text Messaging While Driving(Aug 2011); 52.224-1 Privacy Act Notification(April 1984); 52.224-2 Privacy Act(April 1984); 52.225-18 Place of Manufacture(Sept 2006); 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran-Representation and Certification(Nov 2011); 52.232-1 Payments(April 1984); 52.232-25 Prompt Payment(Oct 2008); 52.233-4 Applicable law for Breach of Contract Claim (Oct 2004); 52.243-1 Changes--Fixed Price(Aug 1987); 52.244-6 Subcontracts for Commercial Items(Dec 2010); 52.247.34 - FOB Destination; 52.249-1 Termination for convenience of the Government (Fixed price) (Short Form) (Apr 1984); 52.252-2 Clauses incorporated by reference (Feb 1998); and 52.252-6 Authorized Deviations in Clauses (Apr 1984); HSAR 3052.247-72 - F.O.B. destination only. Proposal shall include pricing for each component listed in Section 5.0 of the PWS. All clauses will be incorporated by reference in the order. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate Delivery time frame.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-12-Q-PBP062/listing.html)
 
Place of Performance
Address: See SOW, United States
 
Record
SN02693325-W 20120311/120309235256-f786bfc2f56b5eeeb0f9c8af0e6c7a52 (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.