Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 28, 2012 FBO #3961
SOLICITATION NOTICE

39 -- PREVENTIVE MAINT AND REPAIR FILING SYSTEMS - HSCG40-13-Q-POE010

Notice Date
9/26/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-13-Q-POE010
 
Archive Date
10/20/2012
 
Point of Contact
Kathleen Lobasso, Phone: 410-762-6494, Robert Orofino, Phone: 410-762-6503
 
E-Mail Address
kathleen.k.lobasso@uscg.mil, Robert.R.Orofino@uscg.mil
(kathleen.k.lobasso@uscg.mil, Robert.R.Orofino@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ 13-Q-POE010 STATEMENT OF WORK 13-Q-POE010 RFQ PACKAGE HSCG40-13-Q-POE010 The USCG Surface Forces Logistics Center has a requirement to Preventive Maintenance and Repair for the following: Services shall be in accordance with USCG STATEMENT OF WORK (Attached SOW 13-Q-POE010) MAINTENANCE AGREEMENT FOR ON SITE PREVENTIVE MAINT (PM) AND EMERGENCY REPAIRS/SERVICE FOR BLDG 88 WAREHOUSE, ONE BASE YEAR WITH 1 OPTION YEAR, PERIOD: TBD - ONE YEAR BASE YEAR: 1. DIAMOND PHOENIX VERTICAL CAROUSELS (QTY 4 EACH) PREVENTIVE MAINTENANCE ON IAW ATTACHED STATEMENT OF WORK (SOW). PM ARE SEMI ANNUAL (2 PMS PER YEAR) ONE IN FEBRUARY 2013 AND ONE IN SEPTEMBER 2013. BILLED IN ARREARS. 2 EA 2. EMERGENCY REPAIRS FOR LINE ITEM 1 NOT COVERED UNDER PM IAW ATTACHED SOW. SERVICE REPAIR CALLS AUTHORIZED BY COTR. ADDITIONAL CHARGES ABOVE THE DESIGNATED DOLLAR AMOUNT MUST BE SUBMITTED IN WRITING 1 YR NTE $ TO BE FILLED IN BY KO HOURLY RATE________________, WEEKEND HOURLY RATE/OVERTIME HOURLY RATE _____________ 3. WHITE HORIZONTAL CAROUSEL (QTY 11 EACH) PREVENTIVE MAINTENANCE IAW ATTACHED STATEMENT OF WORK (SOW). PM ARE SEMI ANNUAL (2 PMS PER YEAR) ONE IN MARCH 2013 AND ONE IN SEPT 2013. BILLED IN ARREARS (1) Model HP54 - 6 EA (4) Light-trees with 11 displays - 14 EA (2) Model VP48 - 2 EA (5) IPC - 3 EA (3) Model HP67 - 3 EA (6) KEYPADS - 6 EA 2 EA 4. EMERGENCY REPAIRS FOR LINE ITEM 3 NOT COVERED UNDER PM IAW ATTACHED SOW. SERVICE REPAIR CALLS AUTHORIZED BY COTR. ADDITIONAL CHARGES ABOVE THE DESIGNATED DOLLAR AMOUNT MUST BE SUBMITTED IN WRITING 1 YR NTE $ TO BE FILLED IN BY KO HOURLY RATE ________________ WEEKEND HOURLY RATE/OVERTIME HOURLY RATE _____________ 5. LEKTRIEVERS 2000 (QTY 2 EACH) PREVENTIVE MAINTENANCE ON IAW ATTACHED STATEMENT OF WORK (SOW). PM ARE SEMI ANNUAL (2 PMS PER YEAR) ONE IN MARCH 2013 AND ONE IN SEPTEMBER 2013. BILLED IN ARREARS. 2 EA 6. POWER FILES (QTY 3 EACH) PREVENTIVE MAINTENANCE ON IAW ATTACHED STATEMENT OF WORK (SOW). PM ARE SEMI ANNUAL (2 PMS PER YEAR) ONE IN MARCH 2013 AND ONE IN SEPTEMBER 2013. BILLED IN ARREARS 2 EA 7. EMERGENCY REPAIRS FOR LINE ITEMS 5 AND 6 NOT COVERED UNDER PM IAW ATTACHED SOW. SERVICE REPAIR CALLS AUTHORIZED BY COTR. ADDITIONAL CHARGES ABOVE THE DESIGNATED DOLLAR AMOUNT MUST BE SUBMITTED IN WRITING 1 YR NTE $ TO BE FILLED IN BY KO HOURLY RATE ________________, WEEKEND HOURLY RATE/OVERTIME HOURLY RATE _____________ 8. LEKTRIEVERS MODEL S-80 SERIES (QTY 7 EACH) PREVENTIVE MAINTENANCE ON IAW ATTACHED STATEMENT OF WORK (SOW). PM ARE SEMI ANNUAL (2 PMS PER YEAR) ONE IN MARCH 2013 AND ONE IN SEPTEMBER 2013. BILLED IN ARREARS. 2 EA 9. EMERGENCY REPAIRS FOR LINE ITEM 8 NOT COVERED UNDER PM IAW ATTACHED SOW. SERVICE REPAIR CALLS AUTHORIZED BY COTR. ADDITIONAL CHARGES ABOVE THE DESIGNATED DOLLAR AMOUNT MUST BE SUBMITTED IN WRITING 1 YR NTE $ TO BE FILLED IN BY KO, HOURLY RATE ________________ _____________ MAINTENANCE AGREEMENT FOR ON SITE PREVENTIVE MAINT (PM) AND EMERGENCY REPAIRS/SERVICE FOR BLDG 88 WAREHOUSE,PERIOD: TBD - ONE YEAR OPTION YEAR 1: 1. DIAMOND PHOENIX VERTICAL CAROUSELS (QTY 4 EACH) PREVENTIVE MAINTENANCE ON IAW ATTACHED STATEMENT OF WORK (SOW). PM ARE SEMI ANNUAL (2 PMS PER YEAR) ONE IN FEBRUARY AND ONE IN SEPTEMBER. BILLED IN ARREARS. 2 EA 2. EMERGENCY REPAIRS FOR LINE ITEM 1 NOT COVERED UNDER PM IAW ATTACHED SOW. SERVICE REPAIR CALLS AUTHORIZED BY COTR. ADDITIONAL CHARGES ABOVE THE DESIGNATED DOLLAR AMOUNT MUST BE SUBMITTED IN WRITING 1 YR NTE $ TO BE FILLED IN BY KO HOURLY RATE ________________ WEEKEND HOURLY RATE/OVERTIME HOURLY RATE _____________ 3. WHITE HORIZONTAL CAROUSEL (QTY 11 EACH) PREVENTIVE MAINTENANCE IAW ATTACHED STATEMENT OF WORK (SOW). PM ARE SEMI ANNUAL (2 PMS PER YEAR) ONE IN MARCH AND ONE IN SEPT. BILLED IN ARREARS (1) Model HP54 - 6 EA (4) Light-trees with 11 displays - 14 EA (2) Model VP48 - 2 EA (5) IPC - 3 EA (3) Model HP67 - 3 EA (6) KEYPADS - 6 EA 2 EA 4. EMERGENCY REPAIRS FOR LINE ITEM 3 NOT COVERED UNDER PM IAW ATTACHED SOW. SERVICE REPAIR CALLS AUTHORIZED BY COTR. ADDITIONAL CHARGES ABOVE THE DESIGNATED DOLLAR AMOUNT MUST BE SUBMITTED IN WRITING 1 YR NTE $ TO BE FILLED IN BY KO HOURLY RATE WEEKEND HOURLY RATE/OVERTIME HOURLY RATE _____________ 5. LEKTRIEVERS 2000 (QTY 2 EACH) PREVENTIVE MAINTENANCE ON IAW ATTACHED STATEMENT OF WORK (SOW). PM ARE SEMI ANNUAL (2 PMS PER YEAR) ONE IN MARCH. AND ONE IN SEPTEMBER. BILLED IN ARREARS. 2 EA 6. POWER FILES (QTY 3 EACH) PREVENTIVE MAINTENANCE ON IAW ATTACHED STATEMENT OF WORK (SOW). PM ARE SEMI ANNUAL (2 PMS PER YEAR) ONE IN MARCH AND ONE IN SEPTEMBER. BILLED IN ARREARS 2 EA 7. EMERGENCY REPAIRS FOR LINE ITEMS 5 AND 6 NOT COVERED UNDER PM IAW ATTACHED SOW. SERVICE REPAIR CALLS AUTHORIZED BY COTR. ADDITIONAL CHARGES ABOVE THE DESIGNATED DOLLAR AMOUNT MUST BE SUBMITTED IN WRITING 1 YR NTE $ TO BE FILLED IN BY KO HOURLY RATE _________, WEEKEND HOURLY RATE/OVERTIME HOURLY RATE _____________ 8. LEKTRIEVERS MODEL S-80 SERIES (QTY 7 EACH) PREVENTIVE MAINTENANCE ON IAW ATTACHED STATEMENT OF WORK (SOW). PM ARE SEMI ANNUAL (2 PMS PER YEAR) ONE IN MARCH AND ONE IN SEPTEMBER. BILLED IN ARREARS. 2 EA 9. EMERGENCY REPAIRS FOR LINE ITEM 8 NOT COVERED UNDER PM IAW ATTACHED SOW. SERVICE REPAIR CALLS AUTHORIZED BY COTR. ADDITIONAL CHARGES ABOVE THE DESIGNATED DOLLAR AMOUNT MUST BE SUBMITTED IN WRITING 1 YR NTE $ TO BE FILLED IN BY KO________________ WEEKEND HOURLY RATE/OVERTIME HOURLY RATE _____________ in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-46 (Oct 2010), and 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 NAICS code for this solicitation is 811310 and the Small Business Size Standard is $7,000,000.00. This synopsis/solicitation is issued pursuant to FAR 6.203-1 and HSAM 3006.302-1. The resultant purchase order will be awarded using Simplified Acquisition Procedures in accordance with FAR 13.5. Offers may be submitted on company letterhead stationary and must include the following information: EVALUATION Award shall be made without discussions unless the Contracting Officer determines discussions are necessary. Quotations received in response to this synopsis/solicitation shall be evaluated on a best value, price and price-related factors: The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (June 2008); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2010) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. The Offeror shall supply at least three (3) contracts completed during the past three years or currently in process for the same services as are being solicited under this solicitation. Contracts listed may include those entered into by the Federal Government, agencies of the state and local governments, foreign governments, and commercial customers. The Offeror shall provide include past performance information for any major subcontractor and must be relevant to the scope of work they may perform under the contract resulting from this solicitation. References other than those provided by the Offeror may be contacted by the Government to obtain additional information that shall be used in the evaluation of the offeror's past performance. The Government may waive the submission of past performance information by the offeror if adequate data already exists on file within this office. The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items; FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items.The following clauses listed within FAR 52.212-5 are applicable: 52.219-28, Post Award Small Business Program representation(15 U.S.C. 632(a)(2); FAR 52.222-3, Convict Labor (E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities; FAR 52.222-26, Equal Opportunity (E.O. 11246); FAR 52.222-36, Affirmative Action for Workers with Disabilities (29 U.S.C. 793);); FAR 52.225-1, Buy American Act-Supplies 41 U.S.C. 10a-10d); 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); 52.222-41, Service Contract Act of 1965 (41 U.S.C. 351, et seq.).; 52.222-42, Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351, et seq.), FAR 52.213-3 Notice to Supplier; FAR 52.217-8 Option to Extend Services; FAR 52.232-18 Avail of Funds All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with SAM and shall provide the company Tax Information Number (TIN) with their offer. NOTICE FOR FILING AGENCY PROTESTS - United States Coast Guard Ombudsman Program It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the USCG Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103. If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted to: Department of Homeland Security, United States Coast Guard (CG-9131), Ombudsman Program for Agency Protests, 1900 Half Street, SW, Room 11-0602, Washington, D. C. 20593-0001, FAX: 202.475.3904. The Ombudsman Hotline telephone number is 202.372.369
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-13-Q-POE010/listing.html)
 
Place of Performance
Address: USCG SFLC YARD, 2401 HAWKINS POINT ROAD, BLDG 88, BALTIMORE, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN02900204-W 20120928/120927000602-05a68e422af875bb0ad5ace944013367 (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.