Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 23, 2011 FBO #3498
SOLICITATION NOTICE

20 -- CGC STEADFAST U/W BODY DD - RFQ, Govt Property, Past Perf

Notice Date
6/21/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
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
HSCG80-11-Q-P45FW3
 
Archive Date
7/15/2012
 
Point of Contact
Tara M Holloway, Phone: 757-628-4754, Chas Hartley, Phone: 7576284657
 
E-Mail Address
tara.m.holloway@uscg.mil, chas.f.hartley@uscg.mil
(tara.m.holloway@uscg.mil, chas.f.hartley@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
This attachment contains an all inclusive package: RFQ, Govt Property Form, Past Performance Questionnair and Specification This combined synopsis/solicitation HSCG80-11-Q-P45FW3 for commercial items is 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; quotes are being requested and a written solicitation will not be issued. This Request for Quotes incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-51. This is a 100% small business set-aside procurement. The NAICS is 336611 with a size standard of 1,000. A. This requirement is to provide all labor, materials, and equipment to accomplish the work items identified in the attachment entitled "SCHEDULE" IAW the provided specification. B. Performance will commence on or about 03 October 2011 and complete no later than 24 October 2011. C. Place of Performance: All work to be accomplished at the contractor's drydock facility. D. Geographical Restriction: Per U. S. Coast Guard PACAREAINST 3100.1F, the vessel is restricted 275 driving miles from the cutters homeport of Warrenton, OR. E. Description of Requirement: All work will be accomplished in accordance with the specification, available on www.fbo.gov, or from the Contract Specialist, phone (757) 628-4754 or email tara.m.holloway@uscg.mil. F. As stated below, the provision at FAR 52.212-2 (Jan 1999), Evaluation-Commercial Items- applies with the following addenda: Award of a contract will be based on the following criteria: Past Performance is significantly more important than price. The contract will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5. The following factors shall be used to evaluate offers: Past Performance and Price. 1) Past Performance: In accordance with FAR 52.212-1(b)(1) and the following, the contractor quote is required to identify past or current contracts for efforts similar to this requirement. All contractor quotes are to include two (2) references. Provide as a minimum the following applicable information: contract number, description of work, total dollar amount, procuring activity or firm's complete name (include addresses, telephone numbers, and the point of contact). Past Performance will look at relevant experience, responsiveness, resources, quality and consistency of services, customer satisfaction, and management. 2) Price: The aggregate price determined by using the attached Schedule of Supplies/Services, totaling the offer price for the definite items, plus offer price for optional item, plus the composite labor hour extended total. Please provide any warranty information. The Government will award a contract resulting from this synopsis/solicitation to the responsible contractor whose quote conforming to the solicitation will be more advantageous to the Government, price and other factors considered. For the purpose of this solicitation past performance is more important than price. A CD-ROM containing all applicable drawings will be sent via U.S. mail, if requested. Send all requests to tara.m.holloway@uscg.mil. The CD-ROM sets are available of all cutters and will be free of charge to contractors upon request. The CD-ROM(s) contain WINDOWS compliant raster/vector formats (e.g.*.DWF, etc). Potential sources having the expertise and required capabilities are invited to submit quotations that will be considered by the agency. Quotations should be written and submitted in a legible format. Quotes must contain the contractor's DUNS Number. Quotes must be received not later than 15 July 2011, 3:00 p.m. Eastern Standard Time (EST). Quotations received after the date and time specified will not be considered. Based on FAR 52.215-5 (Oct 97), quotes may be emailed to: tara.m.holloway@uscg or mailed directly to Surface Forces Logistics Center, 300 E. Main Street, Suite 500, Attention: Tara Holloway, Norfolk, VA 23510. Faxed quotes will not be accepted. Offerors are advised of the requirement to include a completed copy of the provision at FAR 52.212-3 (May 2011), Offeror Representations and Certifications-Commercial items, with their offer. All questions regarding this solicitation should be directed to Tara Holloway, Contract Specialist at (757) 628-4754 or via e-mail to tara.m.holloway@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-11-Q-P45FW3/listing.html)
 
Place of Performance
Address: The contractors' drydock facility, United States
 
Record
SN02478876-W 20110623/110621235415-75a44fa4f814e5e5444b6ef8a23076a3 (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.