SOLICITATION NOTICE
22 -- U.S. Coast Guard Passenger Train Car - ATTACHMENTS
- Notice Date
- 9/6/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336510
— Railroad Rolling Stock Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, 2703 MARTIN LUTHER KING JR AVE SE, STOP 7828, Washington, District of Columbia, 20593-7828, United States
- ZIP Code
- 20593-7828
- Solicitation Number
- 70Z02318QQWDBJ400
- Archive Date
- 10/2/2018
- Point of Contact
- Jazmine Gordon, Phone: 2024753426, James R. Robinson, Phone: 2024753786
- E-Mail Address
-
Jazmine.t.gordon@uscg.mil, James.R.Robinson@uscg.mil
(Jazmine.t.gordon@uscg.mil, James.R.Robinson@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 4- MCIEAST-MCB CAMLEJO 5530.15 Attachment 3- Pricing Sheet Attachment 2- Provisions and Clauses Attachment 1- Statement of Work The United States Coast Guard (USCG) is issuing a combined synopsis/solicitation, request for quotation number 70Z02318QQWDBJ400, for the procurement of a Passenger Train Car required to fulfill Advance Tactical Operation and Basic Tactical Operation course mission. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) Subparts 12/13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This RFP incorporates provisions and clauses that are in effect through Federal Acquisition Circular Federal Acquisition Circular 2005-99. The applicable North American Industry Classification System (NAICS) code 336510 - Railroad Rolling Stock Manufacturer Search. The SBA small business size standard in number of employees is 1,500. This is an unrestricted requirement. The attached Statement of Work (SOW) provides a description of the requirements for the services to be acquired. The provision at 52.212-1, Instructions to Offerors - Commercial, applies to this solicitation. 52.212-2, Evaluation - Commercial Items and 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (Aug 2018), applies to this solicitation and is included in the attached Terms and Conditions. Offerors shall include a completed copy of the provision 52.212-3, Offeror Representations and Certifications - Commercial Items, with its offer and the "fill-in" for 3052.209-70 Prohibition on Contracts with Corporate Expatriates (JUN 2006). Terms and conditions necessary for this acquisition and consistent with customary commercial practices are found in Attachment 2: Clauses and Provisions Quotes shall include the following: (1) Technical Capability •· Provide a quote that meets the specification in the SOW. •· Provide details regarding the transportation methods and delivery of the train car. •· Provide pictures and specification of the proposed passenger train car. •· Drivers and Personnel delivering the train must meet the minimum requirements to be granted access onto Camp Lejeune. Reference Attachment 4- MCIEAST-MCB CAMLEJO 5530.15 (2) Responsibility •· Quote must include company's address, DUNS Number, CAGE CODE, and Tax ID Number. •· The entity's active SAM information, which can be found on www.sam.gov (submitted in PDF or Word). (3) Price •· The Offeror shall provide a price quote on a Firm-Fixed Price (FFP) basis. All quotes submitted shall be formatted in the CLIN structure in Attachment 3- Pricing Sheet. BASIS FOR AWARD : The Government intends to award a FFP purchase order without discussions to one (1) responsible Offeror whose offer is the Lowest Price Technically Acceptable (LPTA). The Offeror(s) quotes will be evaluated based on Technical factors and price being the determining factor. The Government will assess the Offeror's ability to provide the services that meet or exceed the minimum requirements set forth in the SOW to obtain an acceptable rating. Offerors that do not submit all of the information required, may not be considered for award. Offeror(s) quote shall include the following: PLACE OF DELIVERY: Special Missions TRACEN, BB-329 Courthouse Bay Camp Lejeune, NC 28542 EVALUATION : (1) Technical Capability The Government will evaluate the Offeror's technical capability to determine whether the organization and instructors proposed have the qualifications and capability to meet the requirements of the SOW and the provided course descriptions. (2) Responsibility The Government will evaluate ALL prospective offerors for responsibility, determined by an active SAM record submission. (3) Price The Government will evaluate all proposed prices based on the lowest price quote. QUESTIONS All questions and/or requests for clarification concerning this solicitation shall be submitted electronically no later than 1200 PM ET Tuesday, 11 September 2018 to the Contracting Officer, James Robinson at James.R.Robinson@uscg.mil and the Contract Specialist, Jazmine Gordon at Jazmine.T.Gordon@uscg.mil. The Government may not answer questions received after this date. Do not include any proprietary data with your questions as all questions and answers will be released to FedBizOpps (FBO) vendors. Please enter "Passenger Train Car Questions - Contractor Name" in the Subject Line. It is our intent to have all answers back to you by 1200 PM ET Thursday, 13 September, 2018. Each question shall include the referenced document name, specific page, paragraph, and/or clause requiring clarification. Inquiries and information received after the established deadline will be answered/addressed if considered essential to the requirement and in the best interest of the Government. QUOTATION SUBMISSION DEADLINE Please submit your quotation via email to James Robinson at James.R.Robinson@uscg.mil and Jazmine Gordon at Jazmine.T.Gordon@uscg.mil NLT Monday, 17 September 2018 on or before 1200 PM ET. This RFQ shall not be considered direction to proceed with the subject effort, nor a promise of future direction to proceed. Offeror's are solely responsible for submission costs in response to this RFQ. When responding, please include "70Z02318QQWDBJ400" in the subject line of the email. ATTACHMENTS: •(1) Statement of Work •(2) Provisions and Clauses •(3) Pricing Sheet •(4) MCIEAST-MCB CAMLEJO 5530.15
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/70Z02318QQWDBJ400/listing.html)
- Place of Performance
- Address: Special Missions TRACEN, BB-329, Courthouse Bay, Camp Lejeune, North Carolina, 28542, United States
- Zip Code: 28542
- Zip Code: 28542
- Record
- SN05076559-W 20180908/180906232343-49e60c15f66eb213e6ba4bd33486ba5b (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 |