Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 05, 2004 FBO #0983
MODIFICATION

J -- Maintain and Repair the Base wide Fire System

Notice Date
8/3/2004
 
Notice Type
Modification
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), TRACEN Petaluma, 599 Tomales Road, Petaluma, CA, 94952
 
ZIP Code
94952
 
Solicitation Number
HSCG49-04-Q-QFLP21
 
Response Due
8/24/2004
 
Archive Date
9/8/2004
 
Point of Contact
Antonia Herbert, Contracting Officer, Phone (707)765-7122, Fax (707)765-7262,
 
E-Mail Address
Aherbert@d11.uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
Description This is a combined synopsis/solicitation to establish a one-year Firm Fixed Price Contract for commercial services to maintain the base wide alarm system and is 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 written solicitation will not be issued. The Quotation shall include, monthly price, job history, and the companies Duns number. The Request for Quotation Number is HSCG49-04-Q-QFPL21. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 01-20. The applicable North America Industry Classification System (NAICS) Code is 56170 3and the business size standard is $5.0 Million. Statement of work: The base wide fire alarm system consists of 40 individual local fire alarms systems reporting to a central reporting station located in the Training Centers Fire Station and the Training Center Police Station. All of the equipment is of Pyrotronic and Siemens manufacture. The general intent of this scope of work is to establish a contract for annual maintenance, testing, and emergency repair of the building and base wide fire alarm system. The work to be performed on the fire alarm system shall be done in the least amount of time possible. Emergency response services will be provided with three (3) hours after notification to repair installed fire alarm system as determined by the Government. It is the intent of the Scope of Work that the fire alarm system be reliable and trouble free. Site inspection of the area shall be conducted prior to submitting a proposal. The contractor shall arrange the work schedule and procedures so that this project does not interfere with the normal Government operations and shall consult with the Contracting Officer’s Representative (COR) prior to causing any interruptions. If the contractor desire to carry on work outside the regular Coast Guard working hours (7:30 a.m. to 4:00 p.m. Monday through Friday) he shall submit a written request to the COR and shall allow 24 hours advanced notice. No work shall be permitted from 9:00 p.m. to 7:00 a.m. The contractor shall provide all materials, equipment, and tools to complete the contract. The following Federal Acquisition Regulation (FAR) provisions and clauses apply: FAR 52.212-1 Instructions to Offerors-Commercial Items (Jan 2004) and the following addenda: General Instructions: It is intended to award a one-year Firm Fixed Type Contract for the maintenance of the base wide alarm system at the United States Coast Guard Training Center, Petaluma, Ca. The work being performed on the fire system shall be in accordance with Chapter 7 of NFPA 72 National Fire Alarm Code. Proposal Preparation Instructions: The contractor conducting the actual work shall be licensed by the Siemens Technologies to work on Pyrotronics brand equipment. The offeror shall submit a technical proposal that documents the qualifications of the personnel including their certification to work on the above products. A proposal that merely states that the workers will meet all the requirements of the solicitation may be rejected as technically unacceptable. FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) Proposal Evaluation: The Government will review each proposal submitted in response to this solicitation and make award to the offeror who submits the best proposal for supplying personnel with the qualifications listed above. The Government will consider price as a factor in the evaluation, but the contractor’s technical qualifications and capability to this service contract are more important. Past Performance information will also be considered but it is less important than price. Technical is more important than price and past performance combined. The experience will be evaluated for its relevancy and should be recent experience is required. Proposals not meeting this requirement may be determined unacceptable. Price evaluation will be performed by the Contracting Officer to determine the reasonableness of each proposed price and to determine the Offerors understanding of the work and ability to perform the contract. The Government reserves the right to make an award without discussions. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jan 2004) to include alt I (Apr 2002); these certifications must be included with quote. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2003) with the following addenda: Address for submission of invoices: U.S. Coast Guard Finance Center, P.O. Box 4115, Chesapeake, VA 23327-4122; Payment Terms: The Government's normal payment terms are Net 30, however Offerors may propose discounts for prompt payment. Submission of invoices may occur no more often than "monthly"; FAR 52.204-6 Data Universal Numbering System (DUNS) Number (Jun 1999); FAR 52.211-14 Notice of Priority Rating for National Defense Use (Sep 1990) DO Rated; FAR 52.216-18 Ordering (Oct 1995); FAR 52.216-19 Order Limitations (Oct 1995) of Items in excess; FAR 52.216-21 Requirements (Oct 1995) Note: The U.S. Coast Guard reserves the right to use other means outside of this contract, including our own workforce, to accomplish the required services if our response and/or workforce requirements cannot be met.; FAR 52.252-2 Clauses Incorporated by Reference (Jun 1998), the full text of the clause may be accessed electronically at Internet address http://www.arnet.gov/far; FAR 52.212-5; HSAR 3052.223-90 Accident and Fire Reporting; HSAR 3052.242-71 Dissemination of Contract Information; HSAR 3042.242-72 Contracting Officer’s Technical Representative (Dec 2003), Contract Terms and Conditions to Implement Statutes or Executive Orders-Commercial Items (Jan 2004), FAR 52.222-3 Convict Labor (E.O. 11755), FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity (E.O. 11246), FAR 52.222-35 Equal Opportunity for Disabled Veterans and Veterans of the Vietnam Era (38 U.S.C. 4212), FAR 52.222-36 Affirmative Action for Workers with Disabilities (29 U.S.C. 793), FAR 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (38 U.S.C. 4212), FAR 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (31 U.S.C. 3332); contractor must be registered in CCR before receiving award, FAR 52.222-41, Service Contract Act of 1965, as Amended (41 U.S.C. 351), FAR 52.222-42 Statement of Equivalent Rates for Federal Hires (29 U.S.C. 206 and 41 U.S.C. 351), FAR 52.222-44 Fair Labor Standards Act and Service contract Act-Price Adjustment (29 U.S.C. 206 and 41 U.S.C. 351). Department of Labor Wage Determination No. 94-2070 REV 22 applies to this requirement and may be located at http://servicecontract.fedworld.gov. Quotes may be submitted on company letterhead stationary and must include the following information: Solicitation Number, Payment Terms, discount offered for prompt payment, all information specified in Proposal Preparation Instructions, and must include the required FAR 52.212-3 Offeror Representations and Certifications-Commercial items (Jul 2002). Copies may be obtained by calling the Agency. For Technical question and to set up a site visit, Please contact Chief Scott at 707 765-7359. Sscott@d11.uscg.mil. The closing date and time for receipt of offers is 24 August 2004, 4:00 PM, Eastern Time. E-Mail quotes are acceptable and may be sent to Aherbert@d11.uscg.mil Point of contact for this solicitation is Antonia Herbert, (707) 765-7122. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (03-AUG-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DHS-DR/USCG/Tracen/HSCG49-04-Q-QFLP21/listing.html)
 
Place of Performance
Address: USCG Training Center 599 Tomales Road Building 165 Petaluma, Ca.
Zip Code: 94952-5000
Country: USA
 
Record
SN00636371-F 20040805/040803214817 (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.