Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 27, 2016 FBO #5360
MODIFICATION

J -- DIVERTER VALVE UPGRADE

Notice Date
7/25/2016
 
Notice Type
Modification/Amendment
 
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
HSCG80-16-Q-P45P44
 
Archive Date
8/12/2016
 
Point of Contact
Garth Gobbell, Phone: 7576284631
 
E-Mail Address
garth.c.gobbell@uscg.mil
(garth.c.gobbell@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The purpose of this amendment is to change the response date to read July 28, 2016 @ 3:00 p.m. Eastern. 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 in this notice. This solicitation is issued as a Request for Quote Number HSCG80-16-Q- P45P44. This number is for tracking purposes only. Solicitation documents and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-88. This procurement will be processed in accordance with FAR Part 12. The North American Industry Classification System (NAICS) is 336611. The Small Business Administration (SBA) size standard is 1,000. This is a Total Small Business Set-A-Side. The USCG Surface Forces Logistics Center located in Norfolk, Virginia intend to award a Firm Fixed Price (FFP) Purchase Order for contract support to upgrade sea water diverter valves in South Portland, Me. See Schedule B below and Statement of Work. Evaluation Factors: The USCG/Government intends to award a contract resulting from this solicitation to the responsible bidder proposal conforming to the solicitation which is the lowest price technically acceptable. PLEASE NOTE: Interested Offeror's are to provide Firm Fixed Price proposals in accordance with the solicitation by July 25, 2016 at 11:00 a.m. EST. Firm Fixed Price Proposals must be submitted on company letterhead stationery and must include the following information: (1) Cost Breakdown to include travel, labor rate/hours, (2) Unit Price, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company DUNS and Cage Code. Email quotes are acceptable and should be sent to POC SKC Garth Gobbell at email address: D05-SMB-SFLC-CPBranch1@uscg.mil and also Jacqueline.d.handley@uscg.mil. SCHEDULE B: Line Item 1: Contractor shall provide all labor and materials to upgrade two each Sea Water Diverter valves in accordance with work item # 1 attached Statement of Work (SOW). 1 JB Line Item 2: Travel and Per Diem. The place of performance covered by this solicitation will be performed pier-side on board the vessel, at the vessel's homeport. Please see the U.S. General Services Administration website at http:www.gsa.gov/portal/category/104711 for FY2016, Per Diem rates for Virginia Beach, VA. 1 JB Period of Performance: 1 - 15 August 2016. Place of Performance: CGC Ocra Coke, 259 High Street, South Portland, ME 04106 PROVISIONS / CLAUSES: The following FAR Clauses and Provisions apply to this acquisition: FAR 52.212-1 - Instructions to Offerors - Commercial Items (Oct 2015) FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014) Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, past performance and quality. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Nov 2015) to include Alt I (Oct 2014). These certifications must be included with quote and can be accessed and downloaded via FedBizOpps with this RFQ. Contractors are encouraged to submit through https://www.sam.gov. FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (May 2015) with the following addenda's. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2016) FAR 52.219-6- Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 - System for Award Management (Jul 2013). Contractors are located and identified in SAM by their DUNS number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A DUNS number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov. The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to this awarded contract. FAR 52.222-3 - Convict Labor (Jun 2003) FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies (Jan 2016) FAR 52.222-21 - Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26 - Equal Opportunity (Apr 2015) FAR 52.222-35 - Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212) FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) FAR 52.222-37 - Employment Reports on Veterans (Oct 2015) (38 U.S.C. 4212) FAR 52.222-50 - Combating Trafficking in Persons (Mar 2015) FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-1 - Buy American Supplies (May 2014) FAR 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33 - Payment by Electronic Funds Transfer - Systems for Award Management (Jul 2013) FAR 52.233-3 - Protest After Award (Aug 1996) FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004) *The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far. NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a) Prospective contractors shall complete electronic annual representations and certifications at ORCA accessed via https://www.acquisition.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-16-Q-P45P44/listing.html)
 
Place of Performance
Address: CGC Ocra Coke, 259 High Street, South Portland, Maine, 04106, United States
Zip Code: 04106
 
Record
SN04195327-W 20160727/160726000502-da714fc8008b70eeecaed707da79be1b (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.