Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 12, 2019 FBO #6500
SOLICITATION NOTICE

19 -- Taylor DYNO2 Intergration

Notice Date
9/10/2019
 
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), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
2119409Y6125540001
 
Archive Date
9/28/2019
 
Point of Contact
Brandie R Dunnigan, Phone: 410/762-6446
 
E-Mail Address
brandie.r.dunnigan@uscg.mil
(brandie.r.dunnigan@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
(i) This is a combined synopsis/solicitation for commercial item contract, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. (ii) Solicitation number 2119409Y6125540001 applies, and is issued as a Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03(JUL 2019). (iv) This procurement is 100% set aside for small business. The North American Industry Classification System (NAICS) code is 336611 and the business size standard is 1000 PPL. U.S. Coast Guard Surface Forces Logistics Center intends to award a Brand Name Firm Fixed Price Contract. (v) All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with System for Award Management (SAM) @ www.sam.gov and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quote is _SEPTEMBER 13, 2019_, at _12_ p.m. Eastern Standard Time. ITEM 0001 - DYNO PRO2 INTERGRATION DESIGN CLIN 001 Design a DYNO PRO2 Intagration System IAW Statement of Objective provided. Quantity: 1 JOB Delivery date: ASAP ITEM 0002 - DYNO PRO2 INTERGRATION INSTALL CLIN 002 Provide system documentation and software configuration. Install integrated system. Provide test plan and commision a n integrated system that will produce a MTU Birth Certificate. Quantity: 1 JOB Delivery date: ASAP NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. (i) Place of Delivery is: USCG YARD, 2401 Hawkins Point Road, Baltimore, MD 21226. **** Please quote prices FOB Destination. **** (ii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (OCT 2018). 1. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: a) company's complete mailing and remittance addresses, b) discounts for prompt payment if applicable c) cage code, d) Dun & Bradstreet number, e) Taxpayer ID number. f) Offerors shall agree to the delivery condition by the government. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. If any offeror is registered in ORCA, verification by the applicable vendor is needed to evidence that the record is current and valid. (iii) 52.212-2 Evaluation-Commercial Items (OCT 2014). - Delivery, pricing and relevant past performance are the evaluation factors. This is a commercial item acquisition. Award will be made to lowest cost technically acceptable. All evaluation factors will be considered as delivery is an important as cost. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the lowest cost technically acceptable. The evaluation and award procedures in FAR 13.106 apply. (iv) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (OCT 2018) with Alt 1 included are to be submitted with your offers. (v) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2018) applies to this acquisition. (vi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (OCT 2018). The following clauses listed in 52.212-5 are incorporated: a. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2018) (Pub.L. 109-282)(31 U.S.C. 6101 note). b. 52.204-99, System for Award Management Registration (Aug 2012) (DEVIATION) c. 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). d. 52.219-28, Post Award Small Business Program Rerepresentation (JUL 2013) (15 U.S.C. 632 (a)(2). e. 52.222-3 Convict labor (June 2003) (E.O. 11755) f. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (JAN 2018) (EO 11755) g. 52.222-26 Equal Opportunity (SEP 2016)(E.O. 11246) h. 52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014) (29 U.S.C. 793). i. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). j. 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). k. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2018)(31.S.C. 3332). l. 52.222-41, Service Contract Act of 1965 (AUG 2018) (41 U.S.C. 351, et seq.). m. 52.222-42, Statement of Equivalent Rates for Federal Hires (MAY 2014)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). n. 52.233-3 Protest after award (Aug. 1996.) o. 52.233-4 Applicable Law for Breach of Contract Chain (Oct.2004). (vii) Defense Priorities and Allocations System (DPAS): N/A (viii) QUOTES ARE DUE BY 12:00 NOON EST on 13 SEPTEMBER 2019. Quotes may be faxed (410) 762-6008 or preferred method email to Brandie.r.dunnigan@uscg.mil (ix) POC is Brandie Dunnigan, Procurement Agent, 410-762-6446.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/2119409Y6125540001/listing.html)
 
Record
SN05438429-W 20190912/190910231132-3fcae2df0411704026901d29c8f11e21 (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.