SOLICITATION NOTICE
54 -- STATION OAK ISLAND HAZMAT SHED
- Notice Date
- 3/20/2007
- Notice Type
- Solicitation Notice
- NAICS
- 238120
— Structural Steel and Precast Concrete Contractors
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command Portsmouth, 4000 Coast Guard Boulevard, Portsmouth, VA, 23704-2199, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- HSCG27-07-Q-3WQ151
- Response Due
- 4/4/2007
- Archive Date
- 4/19/2007
- 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; proposals are being requested and a written solicitation will not be issued. HSCG27-07-Q-3WQ151 is issued as a {Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 05-14. The applicable NAICS number is 238120 and the small business size standard is $13.0 Mil. This is an small business set aside procurement. The FOB Destination delivery is to: CG Station Oak Island, 300A Caswell Beach Rd, Long Beach, NC 28465 on or before: 6/18/07. Offers are due at: USCG ISC Portsmouth, VA, by the Close of Business on 4/4/07. Questions may be directed to John Lukondi, telephone 757-483-8555. Technical questions maybe directed to MK1 Evan E. Strickland at 910-278-1133 during normal working hours between 8:00am and 4:00pm Monday through Friday. The USCG Station Oak Island has a requirement to purchase the following: 1.1.1. New 10 foot X 20 foot approved Hazardous Materials Containment shed. 1.1.2. New shed will comply with NFPA codes 30, 70, 101, 704 and 40 CFR 112. 1.1.3. New shed will comply with all North Carolina State regulations. 1.1.4. New shed will have a fire rating of two hours per NFPA 30. 1.1.5. New shed will have secondary containment that is capable of holding 750 or more gallons per 40 CFR 112. 1.1.6. New shed will have an explosion proof 12 inch ventilation fan with rain hood and screen. 1.1.7. New shed will have an explosion proof heating system with rain hood and screen. 1.1.8. New shed will have an explosion proof lighting system. 1.1.9. New shed will have an installed fire suppression system. 1.1.10. New shed will have a 120/208 volt single phase electrical panel, NEMA 3R rated per NFPA 70 for Class 1, Division 1. 1.1.11. New shed will have NFPA 704 rating signs. 1.1.12. New shed will have explosion proof panels on the rear of the building. 1.1.13. New shed will have hurricane tie downs rated for 150 MPH. 1.1.14. New shed will have an installed 50 gallon spill kit. 1.1.15. New shed will have a minimum of two entry doors approximately 42 inch X 80 inch, with a UL classified commercial grade lock set and installed door panic hardware. 1.1.16. New shed will have removable polyethylene entry ramps provided to gain access to shed. 1.1.17. New shed will have a minimum of eight .500 inch bolts into the concrete for wind and seismic bracing. 1.1.18. Contractor will provide crane to set new shed on concrete pad. 1.1.19. Contact MK1 Evan E. Strickland at 910-278-1133 during normal working hours between 8:00am and 4:00pm Monday through Friday with any technical questions. Company?s quotes 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 sufficient 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 than mailing address; (8) A completed 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) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; (12) Company Tax Information Number and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The following FAR provisions/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 (JULY 2003); there are no addenda to this provision. FAR 52.212-2 Evaluation-Commercial Items-Pricing (JAN 1999) is incorporated and the evaluation criteria will be: pricing and delivery. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (May 2004) with Alt 1 must be included with your offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jan 2004); there are no addenda to this clause. FAR 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: 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003) (15 U.S.C. 644); 52.222-3 Convict Labor (June 2003) (E.O. 11755); 52.222-19, Child Labor ? Cooperation with Authorities and Remedies (Jan 2006) (E.O. 13126); 52.222-26 Equal Opportunity (Apr 2002) (E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Dec 2001) (29 U.S.C. 793); 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Dec 2001) (38 U.S.C. 4212); 52.225-1 Buy American Act ? Supplies (Jun 2003) (41 U.S.C. 10a-10d); 52.225-3 Buy American Act ? Free Trade Agreements ? Israeli Trade Act (Apr 2006) (41 U.S.C. 10a-10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, Pub L. 108-77, 108-78, 108-286); 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006); 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (Oct 2003) (21U.S.C. 3332). The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts With Corporate Expatriates (Dec 2003); HSAR clause 3052.211-90 Bar Coding Requirements (Dec 2003); HSAR clause 3052.213-90 Evaluation Factor for Coast Guard Performance of Bar Coding Requirement (Dec 2003). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.
- Place of Performance
- Address: 300A Caswell Beach Road, Long Beach, NC
- Zip Code: 28465
- Country: UNITED STATES
- Zip Code: 28465
- Record
- SN01254845-W 20070322/070320220402 (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 |