Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 20, 2015 FBO #5018
SOLICITATION NOTICE

N -- AUDIO VISUAL INSTALLATION - HSCG40-15-Q-61957

Notice Date
8/18/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238210 — Electrical Contractors and Other Wiring Installation Contractors
 
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
hscg40-15-Q-61957
 
Archive Date
9/19/2015
 
Point of Contact
Kathleen Lobasso, Phone: 410-762-6494, Kimberly Holubec, Phone: 7576284801
 
E-Mail Address
kathleen.k.lobasso@uscg.mil, Kimberly.R.Holubec@uscg.mil
(kathleen.k.lobasso@uscg.mil, Kimberly.R.Holubec@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
FAR 52.212.5 SF 1449 STATEMENT OF WORK The USCG Surface Forces Logistics Center has a requirement for the following: INSTALL 2 NEW 90" DISPLAY SCREENS AND ASSOCIATED EQUIPMENT INTO CONFERENCE ROOMS 1 AND 2 LOCATION: USCG SFLC BALTIMORE, MD IAW ATTACHED STATEMENT OF WORK 1. TRAINING ROOM 1, BERRY HALL, PRICES TO INCLUDE ALL EQUIPMENT, PARTS IN SOW, LABOR, FREIGHT, PROJECT MANAGEMENT, MISC PARTS NOT IN SOW, PROGRAMMING, COMMISSIONING AND ONE YEAR TOTAL CARE WARRANTY 1 job 2. TRAINING ROOM 2, BERRY HALL, PRICES TO INCLUDE ALL EQUIPMENT, PARTS IN SOW, LABOR, FREIGHT, PROJECT MANAGEMENT, MISC PARTS NOT IN SOW, PROGRAMMING, COMMISSIONING AND ONE YEAR TOTAL CARE WARRANTY, 1 job Department of Labor Wage Rate 2005-2247 REV 16, Rules and Regulations apply to this order. This is a total set-aside for small business. Site Visits will be issued to eligible vendors, if needed but must be requested by emailing Kathleen.k.lobasso@uscg.mil by 9/24/15 to have adequate time to allow for bids to be submitted by deadline. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-80(March 2015) 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 238210 and the Small Business Size Standard is $15.0. 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 Part 13. 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. This solicitation will be awarded ALL or NONE. The following current FAR Clause provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (March 2015) with Alternate I. (This clause is contained in Attachment 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 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. Companies must have valid DUNS numbers, be registered with the System for Award Management (SAM) and shall provide the company Tax Information Number (TIN) with their quote. All responsible sources may submit a quotation, which if timely received, shall be considered by this Agency.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/hscg40-15-Q-61957/listing.html)
 
Place of Performance
Address: USCG SFLC, 2401 HAWKINS POINT RD, BERRY HALL, BALTIMORE, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN03843635-W 20150820/150818235921-c77320ebd514451742e54583a95aa7cb (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.