Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2010 FBO #3045
SOLICITATION NOTICE

23 -- DEPLOYABLE MOBILE INCIDENT COMMAND POST - SOW - RFQ

Notice Date
3/25/2010
 
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-4AB333A
 
Archive Date
4/20/2010
 
Point of Contact
Nadyne Cano, Phone: 8088422820, Jan Iha, Phone: 8088422828
 
E-Mail Address
Nadyne.V.Cano@uscg.mil, Jan.S.Iha@uscg.gov
(Nadyne.V.Cano@uscg.mil, Jan.S.Iha@uscg.gov)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
RFQ-10-3404AB333A Statement of Work This is a combined synopsis/solicitation for commercial item(s) 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; proposals are being requested and a written solicitation will not be issued. Solicitation number HSCG34-10-Q-4AB333A is issued as a Request for Quotation. This requirement is being solicited as a SET-ASIDE FOR SERVICE-DISABLED, VETERAN-OWNED SMALL BUSINESS CONCERN and only those within this classification should respond. The North American Industry Classification System (NAICS) Code for this is 336212 with a size standard of 500. The 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) and technical drawings are attached as addendum. Provision at 52-212-1, Instructions to Offerors-Commercial, applies to this acquisition, and all applicable clauses and provisions provided as attachments. The provisions at FAR 52.212-3, Offeror Representations and Certifications-Commercial Items apply to this acquisition. All firms or individuals submitting a quote shall include a completed copy of this provision, or include a completed copy of the Online Representations and Certifications Application (ORCA) which can be found at https://ocra.bpn.gov. ORCA must be current. If your ORCA is not current and/or you do not submit a completed copy of this provision, your quote will be considered non-responsive. The U. S. Coast Guard, BSU, Honolulu. HI intends to award a Firm Fixed Price contract for one (1) Custom Deployable Mobile Incident Command Post Trailer for the U.S. Coast Guard Air Station Barbers Point (ASBP). Delivery and acceptance on or before May 31, 2010. Award will be conducted and evaluated under the provisions of FAR Part 12, Commercial Items, and FAR 13.5, Simplified Acquisition Procedures based on low cost technically acceptable price. Prospective awardee shall be registered in the Central Contracting Registration database (available at www.ccr.gov) prior to award, during performance and through final payment of any contract resulting from this solicitation. The solicitation and any documents related to this procurement will be available at the Government wide Point of Entry at http://www.fbo.gov. Requests for printed copies of the solicitation will not be accepted. 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 52.212-3 Offeror Representations and Certifications -Commercial Items (Nov 2007) FAR 52.212-4 Contract Terms and Conditions - Commercial Items (Feb 2007) FAR 52.212-5 Contract Terms and Conditions to Implement Statues 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 (June 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 Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sep 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 (Sep 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 America 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 the clause may be accessible electronically at this/thee address(es): https://www.acquisition.gov/FAR/current/html/FARTOCP52.html http://www.dhs.gov/xopnbiz/regulations/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGISCSP/HSCG34-10-Q-4AB333A/listing.html)
 
Place of Performance
Address: TO BE DETERMINED, United States
 
Record
SN02102231-W 20100327/100325234640-a2f0262e04b5fc118a3e5a822d6237bd (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.