Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2006 FBO #1518
SOLICITATION NOTICE

J -- EPOXY DECK REMOVAL

Notice Date
1/20/2006
 
Notice Type
Solicitation Notice
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command Miami, 909 SE First Avenue, Room 512, Miami, FL, 33131-3050
 
ZIP Code
33131-3050
 
Solicitation Number
HSCG28-06-Q-3HB458
 
Response Due
2/14/2006
 
Archive Date
3/1/2006
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation for commercial items 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, quotations are being requested and a written solicitation will not be issued. This Request for Quotation incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-08. The requirement is being solicited as a 100% Small Business Set-Aside using Simplified Acquisition Procedures per FAR Subpart 13. The NAICS Code is 336611 with a Small Business Size Standard of 1000 employees. Solicitation number HSCG28-06-Q-3HB458 applies. A Firm Fixed Price Purchase Order is anticipated. The Contractor to provide labor, material and equipment/tools and dumpsters as needed to remove 3000 square feet of epoxy, carpeting, tiles, and under-layments. Deck areas must have all deck material removed down to bare metal 100%. Contractor will then perform UT shots in designated areas as directed by Coast Guard personnel. Contractor will remove 1000 square feet increments at three different intervals. Place of performance: St. Petersburg, FL. Period of Performance: Three different intervals. First 1000 square feet increment to begin on 6 March 2006. Contractor will be notified in advance by Coast Guard personnel of when other two increments will be performed. POC for this project is Ray Foresman (305) 535-4446. The following FAR provisions and clauses apply to this request for quotation and are incorporated by reference. FAR 52.212-1 Instructions to Offerors-Commercial items (JAN 2005); FAR 52.212-3 Offerors Representations and Certification Commercial Items (MAR 2005), Offerors are to include a completed copy of this provision with their quote; FAR 52.212-4 Contract Terms and Condition Commercial Items (OCT 2003); FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Order Commercial Items (JUL 2005); FAR 52.252-1 Solicitation Provisions incorporated by reference and FAR 52.252-2 Clauses incorporated by reference. Full text may be accessed electronically at internet address www.arnet.gov/far. FAR 52.233-3 Protest After Award; FAR 52.222-3 Convict Labor; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity; FAR 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.222-36 Affirmative Action for Workers with Disabilities; FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans; FAR 52.225-1 Buy American Act-Supplies; FAR 52.225-13 Restrictions on Certain Foreign Purchases; FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration; FAR 52.222-20 Walsh-Healey Public Contracts Act shall apply to this contract. Quotes should include travel and per diem and may be submitted on company letterhead stationary as 1 JOB $_______. As stated above, FAR 52.212-3 is to be completely filled out and must be included with your quote, which you may obtain by downloading the document at www.arnet.gov/far. All responsible sources may submit an offer which shall be considered. All interested, responsible firms shall submit their quotation no later than 14 February 2006, 3:30 pm(EST), to Commanding Officer, USCG ISC Miami (fp), 909 SE First Ave., Room #512, Miami, FL 33131-3050. Facsimile quotes are acceptable and may be forwarded via fax to (305) 415-7092, Attn: Rea Hughes. To receive an award, the company must be registered in the Central Contractor Registration Database CCR at http://www.dlis.dla.mil/ccr/default.asp. Email quotes are acceptable and may be forwarded to Ms. Rea Hughes at rhughes@iscmiami.uscg.mil.
 
Place of Performance
Address: COMMANDING OFFICER, USCGC RESOLUTE, 600 8TH AVE., SE., ST. PETERSBURG, FL, POC FOR THIS PROJECT: RAY FORESMAN (305)535-4446
Zip Code: 33701
Country: USA
 
Record
SN00969524-W 20060122/060120211602 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.