Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 28, 2009 FBO #2740
SOLICITATION NOTICE

R -- PRIVACY INCIDENT REMEDIATION SERVICES - USCG ISC ALAMEDA - Solicitation Packet

Notice Date
5/26/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561450 — Credit Bureaus
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command Alameda, Coast Guard Island, Building 42, Alameda, California, 94501-5100
 
ZIP Code
94501-5100
 
Solicitation Number
21093196SA651
 
Archive Date
6/30/2009
 
Point of Contact
Brittany D Rusch, Phone: 510-437-3195
 
E-Mail Address
brittany.d.rusch@uscg.mil
(brittany.d.rusch@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
FAR 52.212-3 FAR 52.212-1 Statement of Work SF-18 RFQ Letter THIS SOLICITATION 21093196SA651 IS ISSUED AS A REQUEST FOR QUOTATION (RFQ) WHICH INCORPORATES TITLE VIII OF THE FEDERAL ACQUISITION STREAMLINING ACT OF 1994, FAR PART 12.1. THIS SOLICITATION INCORPORATES PROVISIONS AND CLAUSES IN EFFECT THROUGH FEDERAL ACQUISITION CIRCULAR 2005-32. THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL SERVICES PREPARED IN ACCORDANCE WITH THE FORMAT IN SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSITUTES THE ONLY SOLICITATION; QUOTES ARE BEING REQUESTED AND A WRITTEN SOLICITATION WILL NOT BE ISSUED.**********This is a solicitation for Privacy Incident Remediation Services at USCG ISC Alameda, Alameda, California. The U.S. Coast Guard requires a contractor fully qualified in the field of credit monitoring and incident remediation services. The estimated cost range is less than $25,000. This acquisition is issued as a 100% small business set-aside. The North American Industrial Classification System (NAICS) Code is 564150 and the applicable size standard is $ 7.0 million. The Service Contract Act of 1965 applies. Applicable Wage Determination is being researched. It will be added to the solicitation package no later than May 28, 2009. **********DESCRIPTIVE REQUIREMENTS: Statement of Work (SOW) and full solicitation package is attached. If you are unable to access these documents please request them from Contracting Officer; Ms. Brittany Rusch via email address: Brittany.D.Rusch@uscg.mil. **********TECHNICAL/JOB RELATED QUESTIONS: Please direct all questions pertaining to job scope and technical factors to LCDR Thomas Jacobson at 510-637-1152. **********DELIVERY OF MATERIAL/FOB POINT: Commanding Officer, US Coast Guard ISC Alameda, Alameda, California.**********CLAUSES: The following FAR provisions and clauses apply to this acquisition: FAR 52.212-1 Instruction to Offers Commercial Items; FAR 52.212-2 Evaluation Commercial Items; FAR 52.212-3 Offeror Representations and Certifications - Commercial Items; all offerors are to include with their offer a completed copy of FAR 52.213-3; FAR 52.212-4 Contract Terms and Conditions Commercial Items; FAR 52.212-5 Contract Terms and Conditions required to Implement Statutes or Executive Orders Commercial Items. The following clauses cited in FAR 52.212-5 are applicable to this acquisition: FAR 52.219-6 Notice of Total Small Business Set-Aside; FAR 52.222-3 Convict Labor; FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies; FAR 52.222-20 Walsh-Healy Public Contracts Act; FAR 52.222-21 Prohibition of Segregated Facilities; FAR 52.222-26 Equal Opportunity (E.O. 11246); FAR 52.222-35 Affirmative Action for Special Disabled and Vietnam Era Veterans (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 Disable Veterans and Veterans of Vietnam Era (38 U.S.C. 4212); FAR 232.33 Payment by Electronic Funds Transfer-Central Contractor Registration. FAR 52.204-6 Data Universal Numbering System (DUNS) Number. The full text of clauses is available from the Contracting Administrator or may be accessed electronically at: http//www.arnet.gov/far.**********OFFERS DUE DATE: Any amendments issued to the solicitation will be posted on the website. Prospective quoters are responsible for checking the website for amendments up to the date and time of due (closing) date of June 09, 2009 for receipt of quotations. Offers are due on June 09, 2009, by 3:00 pm local time. Offers shall be mailed to Commanding Officer, Integrated Support Command (fp), Coast Guard Island, Bldg-42, Alameda, CA 94501-5100, Attn: Brittany Rusch/Contracting Officer, or fax to (510) 437-2793, Attn: Brittany Rusch, or email to Brittany.D.Rusch@uscg.mil. Offers must provide as minimum: (1) solicitation number; (2) name and address, point of contact and telephone number of the offeror; (3) price and discount terms, (4) Tax ID Number and (5) phone number (6) references (7) past performance comparable to this project. If contractor has any questions in regards to how to format the price breakdown or procedures on submitting the offer, please contact the Contracting Officer, Brittany Rusch via e-mail at Brittany.D.Rusch@uscg.mil**********AWARD: This procurement will be based on the following criteria: best value technically acceptable. References and examples of past performance and completed service contracts that are comparable to the requirements of this project shall be submitted to the office of the Contracting Officer in order for your quote to be considered for award. This contract type will be firm fixed-price. The award of this solicitation is projected to be on or before June 10, 2009.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGISCA/21093196SA651/listing.html)
 
Place of Performance
Address: USCG ISC Alameda, Coast Guard Island, Alameda, California, 94501, United States
Zip Code: 94501
 
Record
SN01827309-W 20090528/090526235332-93f6b24def6cda2372b27d0084489213 (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.