Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 09, 2017 FBO #5557
SOLICITATION NOTICE

20 -- SAND BLAST POTABLE WATER TANKS, CG EAGLE - Preparation for Delivery

Notice Date
2/7/2017
 
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), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
2117407Y61A6901012
 
Archive Date
2/10/2017
 
Point of Contact
Lechert, Phone: 4107626920
 
E-Mail Address
Kathleen.M.Lechert@uscg.mil
(Kathleen.M.Lechert@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work Preparation for Delivery (i)This is a combined synopsis/solicitation for a service contract, prepared in accordance with the format in subpart 12.6 of the FAR and 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. (ii)Solicitation number 2117407Y61A6901012 applies, and is issued as a Request for Quotation. (iii)This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-95 (JAN 2017). (iv)This procurement is 100% set aside for small business. The North American Industry Classification System (NAICS) code is 336611 and the business size standard is 1,000 employees. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. Services are URGENTLY needed due to the production schedule. (v)ITEM 0001: Sand Blast Potable Water Tanks, Blast tanks to achieve an SSPC SP-10 Near White Blast condition. Four (4) tanks total. All four (4) tanks total 8,250 square ft. Tank locations: 56-14, 56-2, 49-1, and 49-2. Clean sand blast material from tanks and dispose of in accordance with Federal, State and Local Regulations. Leave tanks in ready to paint condition. The Government will only provide heat, electricity, and dust collector. All work shall be completed in accordance with the attached Statement of Work. Quantity: 1 JB TOTAL PRICE: _______________ CG EAGLE YARD POC: JOE COTE 410-636-7814 TENTATIVE START DATE: 02/15/17 (vi)Place of Performance is: USCG YARD, 2401 Hawkins Point Road, CG EAGLE, Baltimore, MD 21226. **** Please quote prices FOB Destination. **** (vii)The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (Oct 2016). 1. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: a) company's complete mailing and remittance addresses, b) discounts for prompt payment if applicable c)cagecode, d) Dun & Bradstreet number, e) Taxpayer ID number. f)Offerors shall submit no more than three relevant past performance history including: contract number, point of contact and the contact information. g)Offerors shall agree to the deliver condition that the vendor shall start the performance within 48 hours of notification by the government. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. If any offeror is registered in ORCA, verification by the applicable vendor is needed to evidence that the record is current and valid. (viii) 52.212-2 Evaluation-Commercial Items (Oct 2014). - Delivery, pricing and relevant past performance are the evaluation factors. This is a commercial item acquisition. Award may be made to other than the lowest price. Award will be a best value decision. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the best value. The evaluation and award procedures in FAR 13.106 apply. (ix)FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Dec 2016) with Alt 1 included are to be submitted with your offers. (x)FAR 52.212-4 Contract Terms and Conditions-Commercial Items (May 2015) applies to this acquisition. (xi)FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Nov 2016). The following clauses listed in 52.212-5 are incorporated: a.52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Oct 2016) (Pub.L. 109-282)(31 U.S.C. 6101 note). b.52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct 2015) (31. U.S.C. 6101 note). c.52.204-99, System for Award Management Registration (Aug 2012) (DEVIATION) d.52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644). e.52.219-13, Notice of Set Aside of Orders (Nov 2011) (15 U.S.C. 644 (r)). f.52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632 (a)(2). g.52.222-3 Convict labor (June 2003) (E.O. 11755) h.52.222-21, Prohibition of Segregated Facilities (Apr 2015) i.52.222-26 Equal Opportunity (Sep 2016)(E.O. 11246) j.52.222-36, Affirmative Action for Workers with Disabilities (Jul 2014) (29 U.S.C. 793). k.52.222-50, Combating Trafficking in Persons (Mar 2015) (22 U.S.C. chapter 78 and E.O.) l.52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). m.52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). n.52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Jul 2013)(31.S.C. 3332). o.52.222-41, Service Contract Act of 1965 (May 2014) (41 U.S.C. 351, et seq.). p.52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.). q.52.233-3 Protest after award (Aug. 1996.) r.52.233-4 Applicable Law for Breach of Contract Chain (Oct.2004). (xii)Defense Priorities and Allocations System (DPAS): N/A (xiii)QUOTES ARE DUE BY 10:00 AM EST on Thursday, 09 February 2017. Quotes may be emailed to Kathleen.M.Lechert@uscg.mil. (xiv)POC is Kathy Lechert, Procurement Agent, 410-762-6920.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/2117407Y61A6901012/listing.html)
 
Place of Performance
Address: 2401 Hawkins Point Road, CG EAGLE, Baltimore, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN04393975-W 20170209/170207235252-207ab176ac323eefe1891c859999f73e (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.