Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 02, 2016 FBO #5244
SOLICITATION NOTICE

78 -- AQUATIC CLIMBING WALL - RFQ

Notice Date
3/31/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339920 — Sporting and Athletic Goods Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Base Kodiak, P.O. Box 195018, Kodiak, Alaska, 96619-5023, United States
 
ZIP Code
96619-5023
 
Solicitation Number
HSCG45-16-Q-P4K149
 
Point of Contact
JOSEPH NAAME, Phone: (907)487-5180 ext 6701, Timothy D Cowley, Phone: (907)487-5180 ext 6619
 
E-Mail Address
Joseph.E.Naame@uscg.mil, Timothy.D.Cowley@uscg.mil
(Joseph.E.Naame@uscg.mil, Timothy.D.Cowley@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
RFQ HSCG45-16-Q-P4K149 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-87 (March 2016), and as supplemented with additional information included in this notice. This announcement, Solicitation # HSCG45-16-Q-P4K149, constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is 339920, Sporting and Athletic Goods Equipment Manufacturing, and the Small Business Size Standard is 500 employees or less. This synopsis/solicitation is reserved for Small Businesses only, and is issued pursuant to FAR 6.203(a) and HSAM 3006.102. It is anticipated that a purchase order will be issued as a result of this synopsis/solicitation, and awarded using Simplified Acquisition Procedures in accordance with FAR Part 13. U.S. Coast Guard Base Kodiak, Alaska has a requirement for an AQUATIC CLIMBING WALL for the Morale, Well-Being and Recreation Department. The AQUATIC CLIMBING WALL shall meet the specifications (or equivalent) included in the attached RFQ Document titled "RFQ HSCG45-16-Q-P4K149". The attached RFQ Document also includes other pertinent information regarding this requirement. All quotations MUST also include all product literature detailing the specifications for the product being offered for review in meeting the government's need. IMPORTANT: All responsible sources may submit a quotation, and if timely received, shall be considered by the Agency. Companies MUST have a valid Dun & Bradstreet number (DUNS), be actively registered in the System for Award Management (SAM) database. All quotations must cite the offerors DUNS number and Tax Information Number (TIN). Contractors are responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequently updates it's information in the SAM database to ensure it is current, accurate and complete. Contractors may obtain information on registration and annual confirmation requirements via the SAM website accessed through https://www.sam.gov or by calling the Federal Service Desk at 866-606-8220. Request all pricing to be Fob Destination for delivery within 30 days ARO. ALL QUOTATIONS SHALL BE SUBMITTED PRIOR TO THE FOLLOWING CLOSING DATE and TIME: April 14, 2016 at 12pm Alaska Time (AKST). Quotations that do not meet this deadline will not be considered. The following FAR Clauses and provisions apply to this solicitation (full text versions of the FAR Clauses and provisions may be obtained by visiting https://www.acquisition.gov/ ): FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations - Representation (Nov 2015); FAR 52.212-1, Instructions to Offerors-Commercial Items (MAY, 2014); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (MAY 2014); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (MAY 2014); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2014); FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015); FAR 52.219-1, Small Business Program Representations (Oct 2014); FAR 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011); FAR 52.219-28, Post Award Small Business Program representation (Apr 2009) (15 U.S.C. 632(a) (2); FAR 52.222-3, Convict Labor (Jun 2003) (E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793); FAR 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015); FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513); FAR 225-13, Restrictions on Certain Foreign Purchase (Jun 2008); FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332); FAR 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553); FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGISCK/HSCG45-16-Q-P4K149/listing.html)
 
Place of Performance
Address: U.S. Coast Guard Base Kodiak, Cape Sarichef, Shipping and Receiving Bldg 26, Kodiak, Alaska, 99619, United States
Zip Code: 99619
 
Record
SN04068592-W 20160402/160331234801-97f3f33de6612c0ccd927128ab6b69e5 (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.