Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 22, 2009 FBO #2614
SOLICITATION NOTICE

20 -- Lead Abatement on USCG Cutter

Notice Date
1/20/2009
 
Notice Type
Modification/Amendment
 
NAICS
562910 — Remediation Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-09-Q-50232
 
Response Due
1/23/2009 1:00:00 PM
 
Archive Date
7/20/2009
 
Point of Contact
Lahkeisha M. Leach,, Phone: 4107626749, Susanna J. Wiedmann,, Phone: 410-762-6502
 
E-Mail Address
lahkeisha.m.leach@uscg.mil, Susanna.J.Wiedmann@uscg.mil
 
Small Business Set-Aside
Total Small Business
 
Description
(i) This is a combined synopsis/solicitation for a commercial service, 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 HSCG40-09-Q-50232 applies, and is issued as Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-28. (iv) This is a solicitation for emergency lead abatement services. This procurement is set aside for small businesses. The North American Industry Classification System (NAICS) code is 562910 and the business size standard is 500 employees. U.S. Coast Guard Engineering Logistics Center intends to award a Firm Fixed Price Contract. (v) ITEM 0001 – The contractor shall provide all labor, equipment and materials necessary to abate LBP contained behind the sprayed-in polyurethane closed cell foam in the area of and behind stainless steel, floors and ceilings inside the walk-in chill and freezer boxes onboard CGC Gallatin, in accordance with attached Statement of Work. Performance period shall commence as early as January 24, 2009 and no later than January 26, 2009. Work to be completed no later than January 29, 2009. Access to the site due to an alternative work schedule such as 24 hour days and weekend hours will be given as necessary to complete required services by January 29, 2009, as stated above. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Concerns that respond to this notice must fully demonstrate their capabilities to supply service. (vi) Evaluation Criteria The Government will evaluate proposals based on the following factors: Technical Capability Time Constraints Price (vii) Place of delivery is: USCG Gallatin (WHEC 378 foot Cutter), USCG Sector Charleston, 196 Tradd Street, Charleston, SC 29401. ATTENTION: HSCG40-09-Q-50232. Please include rental equipment, consumable equipment, painting materials, disposal costs, foam waste trucking/shipping/handling costs, waste water trucking/shipping/handling costs, testing costs, and labor costs in quote. (viii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://farsite.hill.af.mil/. FAR 52.212-1 Instructions to Offerors-Commercial Items (June 2008). 1. Parties responding to this solicitation who believe they can provide this service as outlined in 0001, 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: 1) company’s complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number. Offerors shall include a completed copy of the provision at 52.212-3 Offeror Representations and Certifications-Commercial Items (June 2008) with their offer. (ix) 52.212-2 Evaluation-Commercial Items (Jan 1999). – The award will be made to the offeror with the lowest priced technically acceptable quotation. This is a commercial item acquisition. The evaluation and award procedures in FAR 13.106 apply. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (June 2008) with Alt 1 included are to be submitted with your offer. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Oct 2008) applies to this acquisition. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Dec 2008). The following clauses listed in 52.212-5 are incorporated: a. 52.219-6 Notice of Total Small Business Aside (June 2003) (15 U.S.C. 644). b. 52.219-28 Post Award Small Business Program Rerepresentation (June 2007)(15 U.S.C. 632(a)(2)). c. 52.222-3 convict Labor (June 2003)(E.O. 11755). d. 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008)(E.O. 13126). e. 52.222-21 Prohibition of Segregated Facilities (Feb 1999). f. 52.222-26 Equal Opportunity (Mar 2007)(E.O. 11246). g. 52.222-36 Affirmative Action for Workers with Disabilities (JUN 1998)(29 U.S.C. 793). h. 52.222-50 Combating Trafficking in Persons (Aug 2007). i. 52.225-1 Buy American Act—Supplies (June 2003)(41 U.S.C. 10a-10d). j. The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. Copies of HSAR clauses may be obtained electronically at: http://www.dhs.gov/interweb/assetlibrary/DHS_HSAR_DEC_2003.pdf, COMDTINST (Ombudsman) 4200.14 at http://cgweb.comdt.uscg.mil/G-CFP/g-cpm/instruction/AGENCY/20PROTESTS.HTM. Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. k. 52.252-1 Solicitation Provisions Incorporated by Reference (Feb 1998) This solicitation incorporates one or more solicitation provisions 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. The offeror is cautioned that the listed provisions may include blocks that must be completed by the offeror and submitted with its quotation or offer. In lieu of submitting the full text of those provisions, the offeror may identify the provision by paragraph identifier and provide the appropriate information with its quotation or offer. Also, the full text of a solicitation provision may be accessed electronically at this/these address(es): http://farsite.hill.af.mil/ l. 52.252-2 Clauses Incorporated by Reference (Feb 1998) This contract 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 this/these address(es): http://farsite.hill.af.mil/ (xiii) QUOTES ARE DUE BY 1:00 PM EST on January 23, 2009. Due to possible fax transmission problems vendors should e-mail their quotes to Lahkeisha.M.Leach@uscg.mil. All questions must be submitted in writing to Lahkeisha Leach via e-mail at Lahkeisha.M.Leach@uscg.mil or via fax 410-762-6080. The Government will not accept questions after 10:00AM EST on January 23, 2009. (xiv) POC is Lahkeisha Leach, USCG Contract Specialist, 410-762-6749.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=e8234752502b501ce37d229a364b51c2&tab=core&_cview=1)
 
Place of Performance
Address: USCG Gallatin (WHEC 378 foot Cutter), USCG Sector Charleston, 196 Tradd Street, Charleston, South Carolina, 29401, United States
Zip Code: 29401
 
Record
SN01734908-W 20090122/090121063128-e8234752502b501ce37d229a364b51c2 (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.