Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 11, 2010 FBO #3029
SOLICITATION NOTICE

23 -- Deployable Mobile Incident Command Post - SF-18

Notice Date
3/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336212 — Truck Trailer Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Base Support Unit Honolulu, 400 Sand Island Pkwy., Honolulu, Hawaii, 96819, United States
 
ZIP Code
96819
 
Solicitation Number
HSCG34-10-Q-4AB333
 
Archive Date
3/31/2010
 
Point of Contact
David J. Blankenship, Phone: 8088422886, Nadyne V. Cano, Phone: 808-842-2820
 
E-Mail Address
david.j.blankenship@uscg.mil, nadyne.v.cano@uscg.mil
(david.j.blankenship@uscg.mil, nadyne.v.cano@uscg.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
Technical Drawings SF-18 Statement of Work Combined Synopsis/Solicitation - RFQ HSCG34-10-Q-4AB333 (IAW FAR 12.603) 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 a request for quotation for the requirement under RFQ HSCG34-10-Q-4AB333. This requirement is being solicited as Set-Aside for Service-Disabled, Veteran-Owned Small Business and constitutes the only solicitation. Consistent with FAR 6.302-1, the Contracting Office at Coast Guard Base Support Unit Honolulu intends to award a contract for one (1) Deployable Mobile Incident Command Post for United States Coast Guard (USCG) Air Station Barbers Point (ASBP). The NAICS Code is 336212. The small business size standard is 500. Delivery will be 6 to 8 weeks/ARO. The resultant contract for this solicitation will be firm fixed price. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-38. All technical specifications are listed in the Statement of Work (SOW) document and technical drawings are attached as a separate document. EVALUATION OF RESPONSES: Award will be conducted and evaluated under the provisions of FAR Part 12, Commercial Items, and FAR 13.5, Simplified Acquisition Procedures based on lowest price. Offerors must submit a completed form FAR Clause 52.212-3 Offeror Representations and Certifications Commercial Items. Offerors who fail to submit a completed FAR 52.212-3 will be considered nonresponsive and will not be considered in the evaluation. The prospective awardee must also be registered in the Central Contractor Registration database (available at: www.ccr.gov) per FAR 52.212-1 prior to award. Offerors who are not registered with CCR may be considered nonresponsive. This solicitation is being issued as a Request for Quotation (RFQ), for a firm fixed type contract. ALL CLAUSES INCORPORATED BY REFERENCE (IAW FAR 52.252-2) The following Federal Acquisition Regulations (FAR) and Homeland Security Acquisition Regulations (HSAR) provisions and clauses apply to this acquisition: FAR 52.212-1 Instructions to Offerors-Commercial Items (APR 2008) FAR 52.212-2 Evaluation-Commercial Items (JAN 1999) - DUE TO THE DETAILED, TECHNICAL SPECIFICATIONS LISTED IN THE SOW, THIS AWARD WILL BE ISSUED ON BASIS OF PRICE ALONE. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (NOV 2007) to include Alt I (APR 2002). These certifications must be included with quote. Contractors are encouraged to submit through http://orca.bpn.gov. FAR 52.212-4 Contract Terms and Conditions -Commercial Items (FEB 2007) are applicable to this solicitation. FAR 52.212-5, Contract Terms and Conditions to Implement Statutes or Executive Orders -Commercial Items (FEB 2010) HSAR 3052.209-70 Prohibition On Contracts With Expatriates (JUN 2006) The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to the awarded contract: FAR 19.1405, Service-disabled Veteran-owned Small Business Set-aside Procedures FAR 52.219-6, Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644) FAR 52.222-3, Convict Labor (JUN 2003) (E.O. 11755) FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (AUG 2009) (E.O. 13126) FAR 52.222-21, Prohibition of Segregated Facilities (FEB 1999) FAR 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246) FAR 52.222-35, Equal Opportunity for Special Disable Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212) FAR 52.222-36, Affirmative Action for Workers with Disabilities (JUN 1998) (29 U.S.C. 793) FAR 52.222-37, Employment Reports on Special Disabled Veterans and Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2006) (38 U.S.C. 4212) FAR 52.222-50, Combat Trafficking in Persons (FEB 2009) (U.S.C. 7104(g)) FAR 52.225-1, Buy American Act - Supplies (Feb 2009) (41 U.S.C. 10a-10d) FAR 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006) (E.O. 12722, 12724, 13059, 13067, 13121, and 13129) FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) (31 U.S.C. 3332) FAR 52.252-2, Clauses Incorporated by Reference (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/vffara.htm http://www.dhs.gov/xopnbiz/regulations/ (End of Clause) Proposal Submission Information: Quotations are due by Tuesday, March 16th, 2010 at 12:00 pm Hawaiian Standard Time (GMT - 10:00), USCG BSU Honolulu. Contact the following individuals for information regarding this solicitation: NOTE: Emailed proposals are preferred David J. Blankenship (Contracting Officer) Contract Specialist david.j.blankenship@uscg.mil 808-842-2886 OR Nadyne V. Cano (Contracting Officer) Contract Specialist nadyne.v.cano@uscg.mil 808-842-2820 Facsimile proposals will be accepted at (808) 842-2834
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGISCSP/HSCG34-10-Q-4AB333/listing.html)
 
Place of Performance
Address: To Be Determined, United States
 
Record
SN02086734-W 20100311/100309234734-5da4ae8e91e3593f0b24e22421502e27 (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.