Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 14, 2010 FBO #3004
SOLICITATION NOTICE

99 -- Cabinets, Counter Tops, Storage System, & Installation - SOL#HSCG8410QP17010SOW

Notice Date
2/12/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
337215 — Showcase, Partition, Shelving, and Locker Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commander (flp), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street, Suite 950, Norfolk, Virginia, 23510-9112
 
ZIP Code
23510-9112
 
Solicitation Number
HSCG84-10-Q-P17010
 
Archive Date
3/18/2010
 
Point of Contact
Romy V Maglalang, Phone: (757) 628-4145, Joan E Baum, Phone: 757-628-4140
 
E-Mail Address
romeo.v.maglalang@uscg.mil, Joan.E.Baum@uscg.mil
(romeo.v.maglalang@uscg.mil, Joan.E.Baum@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Drawing Group B Drawing Group A Statement of Work; 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. HSCG84-10-Q-P17010 is issued as a Request for Proposal (RFP).The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-33, and may be obtained electronically at http://www.arnet.gov/far. This is a Total Small Business Set Aside. The applicable NAICS code is 337215, and the small business size standard is 500 employees. Proposals/Offers are solicited only from total small business concerns. The FOB destination delivery is: U. S. Coast Guard Base Support Unit, 4000 Coast Guard Blvd, Portsmouth VA 23703-2199. Proposals /Offers are due at the: U. S. Coast Guard SILC (PCB31), Attn: Joan E. Baum/Suite 950, 300 E. Main Street, Norfolk, VA 23510, by 4:00 p.m. EST on March 15, 2010. Proposals/Offers may, also, be faxed to (757) 628-4231 or email to: romeo.v.maglalang@uscg.mil, or Joan.E.Baum@uscg.mil. Questions may be directed to Romy Maglalang by email, or telephone 757-628-4145; or to Joan E. Baum by email, or telephone 757-628-4140. DESCRIPTION OF REQUIREMENT: The U. S. Coast Guard Health, Safety, and Work Life Field Office Pharmacy Portsmouth, VA has requirement to purchase counter tops, cabinets, storage system and installation, per attached Statement of Work (SOW) and Drawings. Proposals/Offers for equal commercial off-the-shelf (COTS) items that meet the requirements of the SOW are acceptable. Proposals/Offers must include: (1) The solicitation number; (2) The name, address, and telephone number of the offeror; (3) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. Commercial-off-the-shelf (COTS) must include model number, part number, and product literature/brochure that contain specifications; (4) Terms of any express warranty; (5) Price, availability and any discount terms; (6) "Remit to" address, if different than mailing address; (7) 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); (8) Acknowledgment of Solicitation Amendments; (9) Past performance information on previous contracts for the same or similar items and other references; (10) 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; (11) Company Tax Information Number and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Quotes may be mailed, faxed or emailed. The following FAR provisions/clauses apply are incorporated 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 (Jun 2008); 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: ability to meet basic requirement, price, and delivery date; FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jun 2009) with Alt 1 must be included with your offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009); there are no addenda to this clause. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Jun 2009); 52.214-31 Facsimile Bids (Dec. 1989) 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); 52.222-19, Child Labor – Cooperation with Authorities and Remedies (Feb 2008)(E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007)(E.O. 11246); 52.222-41 Service Contract Act of 1965 (Nov 2007)(41 U.S.C. 351, et. seq.); 52.222-50 Combating Trafficking in Persons (Feb 2009)(22 U.S.C. 7104(g)); 52.225-1 Buy American Act – Supplies (Feb 2009)(41 U.S.C. 10a-10d); 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21 U.S.C. 3332); 52.236-5 Material and Workmanship (Apr. 1984); 52.236-12 Cleaning Up (Apr. 1984); 52.237-1 Site Visit (Apr. 1984) Offerors or quoters are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. 52.237-2 Protection of Government Buildings, Equipment, and Vegetation (Apr. 1984); 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 prospective contractors are required to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please ensure completion of certifications prior to submission of your quote. Proposals/Offers shall contain a statement that the ORCA requirement has been met. The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. The U. S. Coast Guard, Shore Infrastructure Logistics Center (SILC) intends to award a Firm-Fixed Price (FFP) Purchase Order using Simplified Acquisition Procedures, resulting from this solicitation, to the responsible vendor whose proposal/offer conforms to this solicitation, and is determined to be most advantageous to the Government based on ability to meet basic requirements, delivery date, and price.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FLPMLCA/HSCG84-10-Q-P17010/listing.html)
 
Place of Performance
Address: 4000 Coast Guard Blvd, Portsmouth, Virginia, 23703, United States
Zip Code: 23703
 
Record
SN02064995-W 20100214/100212235041-167e1a55cf0bdf4d47b4ad3fd5b770f7 (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.