Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 30, 2010 FBO #3140
MODIFICATION

J -- Install New Fuel Oil Purifier

Notice Date
6/28/2010
 
Notice Type
Modification/Amendment
 
NAICS
333132 — Oil and Gas Field Machinery and Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
HSCG80-10-Q-P11BB4
 
Archive Date
7/27/2010
 
Point of Contact
Angel C.Rhone, Phone: 7576284640
 
E-Mail Address
angel.c.rhone@uscg.mil
(angel.c.rhone@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This is a combined synopsis/solicitation 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; quotations are being requested and a written solicitation will not be issued. The solicitation number is HSCG80-10-Q-P11BB4 and is a Request for Quotations (RFQ). The Government contemplates award of a firm-fixed-price contract resulting from this solicitation. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 05-45. The NAICS code is 333132. Offerors must be registered in the Central Contractor Registration (CCR) at http://www.ccr.gov, in order to be considered for award. PERIOD OF PERFORMANCE: The period of performance will be Setember 27 to October 08, 2010. Performance will take place at the vessel's homepier located at CGC Reliance Portsmouth Naval Shipyard. Portsmouth, NH 03804. DESCRIPTION OF WORK: Remove the existing fuel oil purifier (FOP) and install a new Alpha Laval SU-841 type II Fuel Oil Purifier, pump, controllers, foundations, heater, and piping for Fuel Oil Service systems and all other requirements outlined in the SOW. The following factors will be used to evaluate quotes and are listed in order of importance: (1) Technical Capabilities (2) Delivery Date (3) Price Technical Capabilities Provide documentation that shows the product meets the salient physical, functional, or performance characteristics specified herein. Delivery Date The ability to meet ALL the requirements of the work description on 27 Setember 2010 Price ANTICIPATED AWARD DATE: The contract is expected to be awarded on or about, 19 July 2010. The award will be issued using Simplified Acquisition Procedures in accordance with FAR Part 13. Faxed and e-mailed quotes will be accepted. Faxed quotes may be sent to 757-628- 4562 and e-mailed quotes may be sent to angel.c.rhone@uscg.mil. Contractors are responsible for verifying receipt of their quotes. All offers to this RFQ must respond no later than July 12, 2010 @ 15:30 am Eastern Standard Time. The following FAR provisions and clauses apply to this combined synopsis/solicitation and are incorporated by reference. 52.202-1 - Definitions (July 2004) 52.204-4(c) -- Printed or Copied Double-Sided on Recycled Paper (Aug 2000) 52.204-7 -- Central Contractor Registration (Apr 2008) 52.212-1 -- Instructions to Offerors -- Commercial Items. (Jun 2008) 52.212-2 --Evaluation-Commercial Items (JAN 1999) (a) The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers: (1) Price (2) Ability to meet delivery requirements 52.212-3 Offeror Representations and Certification Commercial Items (FEB 2009). An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. All Offerors must include a completed copy of the provision at 52.212-3, Offerors Representation and Certification -Commercial Items with their price quote. 52.212-4 Contract Terms and Conditions -- Commercial Items (Mar 2009) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Jun 2010) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ____ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). 52.219-6 Notice of Total Small Business Set-Aside (JUN 2003) 52.219-28 - Post-Award Small Business Program Rerepresentation (Apr 2009) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (FEB 2008) 52.222-21 Prohibition of Segregated Facilities (FEB 1999) 52.222-26 Equal Opportunity (MAR 2007) 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998) 52.225-3 Buy American Act -Free Trade Agreements - Israeli Trade Act (FEB 2009) 52.225-13 Restriction on Certain Foreign Purchases (JUN 2008) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.247-34 -- F.o.b. Destination (Nov 1991) Schedule of Supplies and Services (please see attached)
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-10-Q-P11BB4/listing.html)
 
Record
SN02190674-W 20100630/100628235643-f16b3ebabf0f0f48155af40ec0261645 (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.