Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 13, 2018 FBO #6076
MODIFICATION

J -- J- Inspection and repair of vehicle and aircraft gate - Contractor Req For Clarification - SF18 - Amendment 1

Notice Date
7/11/2018
 
Notice Type
Modification/Amendment
 
NAICS
238990 — All Other Specialty Trade Contractors
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Sector Corpus Christi, 8930 Ocean Dr., Hangar 41, Corpus Christi, Texas, 78419, United States
 
ZIP Code
78419
 
Solicitation Number
70Z02818Q79062700
 
Archive Date
8/4/2018
 
Point of Contact
Chris A. Franklin, Phone: (727) 535-1437 x 1502
 
E-Mail Address
chris.a.franklin@uscg.mil
(chris.a.franklin@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
70Z02818Q79062700, Modification 1 SF18, 70Z02818Q79062700 Contractor Req For Clarification **Solicitation amended, requirements in the SOW have changed.** This is a combined synopsis/solicitation for services prepared in accordance with the format in 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. The solicitation number is 70Z02818Q79062700. This combined synopsis constitutes a solicitation and incorporates provisions and clauses in effect through Federal Acquisition Circular 2007. The contract type will be a firm-fixed price service agreement. The U.S. Coast Guard has a requirement for inspection and repair of vehicle and aircraft gate located at U.S. Coast Guard Air Station Clearwater Forward Operating Base Great Inagua, The Bahamas. The government proposes to solicit from the attached scope of work. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. All passports and work permits are the sole responsibility of the contractor. Evaluation Process: Lowest Price Technically Acceptable Period of performance: 30 calendar days beginning immediately after date of award. The Government will award a contract resulting from this Request for Quote (RFQ) to the responsible offeror whose offer conforming to the RFQ is the Lowest Price Technically Acceptable (LPTA) quote. The lowest price quote will be evaluated on technical acceptability. If it is found to be acceptable, an award will be made. If it is found to be unacceptable, the next lowest price will be evaluated. This process will continue until a technically acceptable offer is identified; not all offers will be evaluated. This acquisition is issued set-aside 100% for SMALL BUSINESS. NAICS: 238990 Small Business Size Standard: $15M All quote(s) should include: 1. The solicitation number; 2. The time specified in the solicitation for receipt of offers; 3. The name, address, and telephone number of the offeror; 4. A technical description of the items being offered in such detail to evaluate compliance with the requirements in the solicitation. This may include product literature or other documents if necessary; 5. Terms of any express warranty; 6. Price, availability, and any discount terms; 7. Remit to address if different from mailing address; 8. A copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3 (j) for those representations and certifications that the offeror shall complete electronically); 9. Acknowledgement of solicitation amendments; 10. Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same of similar items and references (including contract numbers, points of contact with telephone numbers and other relevant information); 11. If the offer is not submitted on a SF18, include a statement specifying the extant of agreement with all terms, conditions and provisions included in the solicitation. Offers that fail to furnish the required representations of information, or reject the terms, and conditions of the solicitation may be excluded from consideration; 12. Company Tax Information and or DUNS number. All responsible sources may submit a quotation, which if timely received, shall be considered by the agency. Federal Acquisition Regulation (FAR) Clauses are included in this order and are applicable. To be eligible for award, contractors shall be active in the System for Award Management (SAM), www.sam.gov. SAM is the official U.S. Government system that consolidated the capabilities of CCR/FedReg, ORCA, and EPLS. There is NO fee to register for this site.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/111/70Z02818Q79062700/listing.html)
 
Place of Performance
Address: U.S. Coast Guard Air Station Clearwater Forward Operating Base Great Inagua, The Bahamas, United States
 
Record
SN04987249-W 20180713/180711231115-c52424a0bbadedd114b0567ba51a9c75 (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.