Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 02, 2003 FBO #0674
SOLICITATION NOTICE

J -- HANGAR DOOR RENEWAL FOR USCGC FORWARD (WMEC-911)

Notice Date
9/30/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer (vpl), USCG Maintenance and Logistics Command - Atlantic, 300 East Main Street Suite 600, Norfolk, VA, 23510-9102
 
ZIP Code
23510-9102
 
Solicitation Number
DTCG80-04-Q-3FAU93
 
Response Due
10/8/2003
 
Archive Date
11/28/2003
 
Point of Contact
Louis Romano, Contracting Officer, Phone (757)628-4651, Fax (757)628-4676, - Kevin Brumfiel, Contracting Officer, Phone (757) 628-4635, Fax (757) 628-4676,
 
E-Mail Address
lromano@mlca.uscg.mil, kbrumfiel@mlca.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
COMBINED SYNOPSIS/SOLICITATION FOR THE RENEWAL OF THE HANGAR DOOR AND ASSOCIATED PARTS ON THE USCGC FORWARD DURING THE OCTOBER?NOVEMBER 2003 TIME FRAME. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, 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 DTCG80-04-Q-3FAU93 applies and is issued as a best value Request for Quotes. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 01-15 effective 24 July 2003. This requirement is being solicited as a small business set aside using Simplified Acquisition Procedures per FAR Subpart 13, to renew the hangar door and associated parts as cited in the following statement of work, on the USCGC FORWARD (WMEC-911). The NAICS Code is 336611 with a Small Business Size Standard of 1,000 employees. This requirement is for a fixed priced contract. The statement of work reads: Contractor shall provide and install the following items: 1 each, Hangar Door, P/N HH0366, 1 each, Gear Box, P/N HH0800, 1 each Phenolic Gear small, P/N HH0647, 1 each Phenolic Gear large, P/N HH0648 and 1 each, Rotary Switch, P/N HH0326. Suggested sources of supply for the required part numbers include Wayne Dalton Corp., Dalton, OH, (330) 828-2291, Indal Technologies Inc., Mississauga, Ontario, (905) 275-5300 and Federal Equipment, Cincinnati, OH, (513) 621-5260. The new door must be painted prior to its installation and must match the existing colors. A copy of the color system on the existing hangar door can be obtained by contacting the Contacting Officer or by visiting the vessel, which is home ported in Portsmouth VA. Work is to be performed at the USCG Integrated Support Center, 4000 Coast Guard Boulevard, Portsmouth, VA. Performance period to commence 16 Oct 03, at which time the Contractor will be able to remove the old door and associated parts that are to be replaced. After the flight deck renewal has been completed on or about 4 Nov 2003, the Contractor will then return and install the new hangar door and associated parts. The point of contact on the vessel is LT. Joe Franklin, who can be reached at (757) 483-8740, to schedule a site visit. Anticipated award date: 14 Oct 2003. The following FAR provisions and clauses apply to this request for quotation and are incorporated by reference and/or full text as required. FAR 52-212-1 Instructions to Offerors Commercial Items (Oct 2000)[except paragraph (f)] FAR 52.212-2 Evaluation Commercial Items (Jan 1999) (a) The Government will award a purchase order resulting from this solicitation to the responsible offeror whose quote, conforming to the solicitation, will be the most advantageous to the Government, price, past performance and other factors considered. (b) The quoter shall identify no fewer than two (2) and not more than four (4) relevant federal, state or local government or private contracts performed during the last three (3) years. Please provide contract number and customer point of contact with phone numbers, dollar value of the contract, required completion date and actual date services were completed. FAR 52.213-3 - Offeror Representations and Certifications Commercial Items (Jun 2003), Alt I (Jun 2003) FAR 52.212-4 Contract Terms and Conditions ? Commercial Items (Feb 2002) FAR 52.252-2 Clauses incorporated by Reference (Feb 1998) This solicitation incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at the internet address: www.deskbook.osd.mil (End of Clause) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items (June 2003) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clause, which is incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: FAR 52.233-3, Protest after Award (Aug 1996) (31 U.S.C. 3553). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: FAR 52.219-6, Notice of Total Small Business Set-Aside (Jun 2003). FAR 52.222-3, Convict Labor (June 2003) (E.O. 11755). FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Sep 2002) (E.O. 13126). FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). FAR 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). FAR 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). FAR 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). FAR 52.225-3, Buy American Act--North American Free Trade Agreement--Israeli Trade Act (June 2003) (41 U.S.C. 10a - 10d, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note). FAR 52.225-13, Restriction on Certain Foreign Purchases (June 2003) (E.O. 12722, 12724, 13059, 13067, 13121, and 13129). FAR 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (May 1999) (31 U.S.C. 3332). FAR 52.232-18, Availability of Funds (Apr 1984). Quoters are advised that funds are not presently available for this project. No award will be made under this solicitation until funds are available. The Government reserves the right to cancel this solicitation either before or after the due date for quotations. Vendors are required to submit a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items, with their quote. Refer questions to Louis Romano (757) 628-4651. Submit quotes to arrive no later than 2:00 pm (local) October 8, 2003. Quotations sent via the US Postal Service or hand delivered to: Commanding Officer (vpl-4), USCG MLC Atlantic, ATTN: Louis Romano, 300 E. Main Street, Suite 600, Norfolk, VA 23510. Faxed quotations will be accepted at (757) 628-4676/4675. E-mail quotes are acceptable and may be forwarded to Louis Romano at lromano@mlca.uscg.mil.
 
Place of Performance
Address: PERFORMANCE WILL TAKE PLACE AT THE HOMEPIER OF THE VESSEL, WHICH IS:, USCG INTEGRATED SUPPORT CENTER, 4000 COAST GUARD BOULEVARD, PORTSMOUTH, VA
Zip Code: 23703-2199
Country: USA
 
Record
SN00444564-W 20031002/030930213013 (fbodaily.com)
 
Source
FedBizOpps.gov 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.