Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 04, 2015 FBO #5033
SOLICITATION NOTICE

72 -- Window Treatment

Notice Date
9/2/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
314120 — Curtain and Linen Mills
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Base Support Unit Ketchikan, 1300 Stedman Street, Ketchikan, Alaska, 99901-6661, United States
 
ZIP Code
99901-6661
 
Solicitation Number
HSCG35-15-Q-P4D113
 
Point of Contact
Dominic A. Heggarty, Phone: 9072280366
 
E-Mail Address
dominic.a.heggarty@uscg.mil
(dominic.a.heggarty@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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, which includes the attached Request for Quotation (RFQ) number HSCG35-15-Q-P4D113. Requirement # 1. A complete and new window treatment, blinds and black out screen for each window, 13 windows in total, measured correctly and installed. Rough and approximate dimensions of 11 windows are 70 inches wide by 66 inches tall, with 2 windows 62 inches wide by 65 inches tall. Contractor must field verify all dimensions onsite prior to ordering materials. Finished window treatment, blinds and blackout screens shall fit and completely block out daylight and be compatible with formal décor. Product must also be durable and professional with a lift system that eliminates safety concerns for small children i.e. cords, wires and strings. Requirement # 2. A complete and new window treatment, blinds and black out screen for each window, 34 windows in total, measured correctly and installed. Rough and approximate dimensions of windows are as follows: four (4) windows are 6 feet wide by 6 feet tall, six (6) windows are 6 feet wide by 5 feet tall, twenty-four (24) windows are 6 feet wide by 4 feet tall. Contractor must field verify all dimensions onsite prior to ordering materials. Finished window treatment, blinds and blackout screens shall fit and completely block out daylight and be compatible with existing décor. Product must also be durable and professional with a lift system that eliminates safety concerns for small children i.e. cords, wires and strings. The Contractor shall meet the desired outcome listed below and perform to the standards indicated. A. Remove, properly dispose of, and repair holes from all existing window treatments. B. Measure and field verify onsite all windows individually to obtain precise dimensions. C. Meet the color and style per manufactures directions and instructions. D. Install the new window fixtures per manufacturer directions and instructions. The North American Industry Classification System (NAICS) code is 314120 and the small business size standard is 500 employees. This is Total Small Business Set Aside procurement. The FOB Destination delivery is: U.S. Coast Guard base Ketchikan, 1300 Stedman Street, Ketchikan, AK 99901, on or before 01 DECEMBER, 2015. Hours of operation for the delivery are M-F: 8 AM - 4 PM excluding Federal Holidays. Companies quoting should include the following: (1) The solicitation RFQ number. (2) The name, address, telephone number, and point of contact of the offeror. (3) Price, availability and any discount terms. We are a Tax Exempt Agency; please do not include Federal or State Taxes in the quoted price. (4) Completed copy of the representations and certifications FAR subpart 52.2(see document titled FAR Clauses attached to this solicitation). (5) Company Tax Information Number and DUNS Number. Vendor must be registered or agree to register with System for Award Management, www.sam.gov, formerly known as Central Contractor Registration, www.ccr,gov before the award can be made. (6) All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Offers are due at Base Ketchikan by 5pm (AST) 15 September, 2015. Responses to this solicitation can either be submitted via e-mail to CWO2 Dominic Heggarty. Dominic.A.Heggarty@uscg.mil or faxed to the attention of CWO2 Dominic Heggarty (907) 228-0297. Questions may be directed to (907) 228-0266, Dominic.A.Heggarty@uscg.mil. Telephone quotes will NOT BE ACCEPTED. CLAUSES (a): The following FAR provisions apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at: https://www.acquisition.gov/far/html/52_200_206.html (1) 52.204-6: Data Universal Numbering Systems (DUNS) Number. (2) 52.204-7: Central Contractor Registration. (3) 52.212-1: Instruction to Offers Commercial Items (September 2013); there are no addenda to this provision. (4) 52.212-2: Evaluation-Commercial Items-Pricing (JAN 1999) is incorporated and the evaluation criteria will be based on meeting or exceeding all specifications listed. (5) 52.212-3: Offeror Representations and Certifications-Commercial Items (May 2004) (6) 52.212-4: Contract Terms and Conditions-Commercial Items (Jan 2004); there are no addenda to this clause. (7) 52.212-5: Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (May 2004). The following clauses listed in 52.212-5 are incorporated: 52.219-8, Utilization of Small Business Concerns (May 2004)(15 U. S. 637(d) (2) and (3), 52.222-3 Convict labor (June 2003) (E.O. 11755); 52.222-21, Prohibition of Segregated Facilities (Feb 1999), 52.222-26 Equal Opportunity (E.O. 11246), 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (29 U.S.C. 793), 52.222-36 Affirmative Action for Workers with Disabilities.52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), 52.225-13, Restrictions on Certain Foreign Purchases (E.O. 12722, 12724,13059, 13067, 13121, and 13129), 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21U.S.C. 3332), and 52.225-1 Buy American Act - Supplies (June 2003) (41 U.S.C. 10a-10d). (b) The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation. Offerors may obtain full text versions of these clauses electronically at: http://farsite.hill.af.mil/reghtml/regs/other/hsar/3052.htm#P-1_0 (1) 3052-209-70: Prohibition on Contracts With Corporate Expatriates (June 2006). (2) 3052-209-72: Organizational Conflict of Interest (June 2006). (3) 3052.217-92: Inspection and manner of doing work (Dec 2003). (4) 3052.217-93: Subcontracts (Dec 2003). (5) 3052.225-70: Requirement for Use of Certain Domestic Commodities (Aug 2009). (6) 3052.242-72: Contracting officer's technical representative (Dec 2003).
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGISCK1/HSCG35-15-Q-P4D113/listing.html)
 
Place of Performance
Address: 1300 Stedman Street, Ketchikan, Alaska, 99901, United States
Zip Code: 99901
 
Record
SN03868574-W 20150904/150903000305-e5fa7dad73d6bc0d927e4bd01cc95263 (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.