Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 19, 2014 FBO #4590
MODIFICATION

B -- WELDING MEMBERSHIP

Notice Date
6/17/2014
 
Notice Type
Modification/Amendment
 
NAICS
541690 — Other Scientific and Technical Consulting Services
 
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
HSCG40-14-Q-61046
 
Archive Date
7/9/2014
 
Point of Contact
Kathleen Lobasso, Phone: 410-762-6494, ROBERT R. OROFINO, Phone: 410-762-6503
 
E-Mail Address
kathleen.k.lobasso@uscg.mil, ROBERTR.OROFINO@USCG.MIL
(kathleen.k.lobasso@uscg.mil, ROBERTR.OROFINO@USCG.MIL)
 
Small Business Set-Aside
N/A
 
Description
THIS MODIFICATION CHANGES THE CLASSIFICATION CODE TO B: SPECIAL STUDIES AND ANALYSIS NOT R & D This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. Solicitation number HSCG40-14-Q-61046 applies, and is issued as a Request for Quotation. The U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm-Fixed Price purchase order on a sole-source basis. The U.S. Coast Guard intends to negotiate and make award to EDISON WELDING INSTITUTE (EWI). The North America Industry Classification System (NAICS) code is 541690 and the business size standard is $14 M. 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. It is anticipated that a non-competitive, sole source purchase order shall be awarded as a result of this synopsis/solicitation. It is the Government's belief that only EWI or an authorized reseller has the capability to provide the Government's requirements as the products from this effort are proprietary and not available to the public. Concerns having the expertise and required capabilities to provide the requirements of this solicitation are invited to submit complete information discussing the same within 5 calendar days from the day this notice is posted. 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. The following Contract Line Item Numbers shall apply: Item 1: MEMBERSHIP DUES FOR ENROLLMENT TO EDISON WELDING INSTITUTE. QTY 1 YR Quotes may be emailed to Kathleen.k.lobasso@uscg.mil 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 best technically acceptable price and price-related factors. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51. The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items : FAR 52.212-3, Offeror Representations and Certifications-Commercial Items 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. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-14-Q-61046/listing.html)
 
Place of Performance
Address: N/A, United States
 
Record
SN03397837-W 20140619/140617235655-ccc818499bae85ceb5fa5a99a3235a79 (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.