Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2010 FBO #3094
SOLICITATION NOTICE

V -- Cape Mendocino Lighthouse lens - Statement of Work

Notice Date
5/13/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
423860 — Transportation Equipment and Supplies (except Motor Vehicle) Merchant Wholesalers
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (a-3), Headquarters Support Command, U.S. Coast Guard Headquarters, 2100 Second Street, SW, Room B411, Washington, District of Columbia, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCGG8-10-Q-HSU102
 
Archive Date
6/11/2010
 
Point of Contact
Emmanuel J Jones, Phone: 202-372-4070
 
E-Mail Address
emmanuel.j.jones@uscg.mil
(emmanuel.j.jones@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Statement of Work for Cape Mendocino Lighthouse lens DESCRIPTION: The U.S. Coast Guard intends to procure services to stabilize, disassemble, crate, and assist with transportation preparations for the Cape Mendocino Lighthouse lens in Ferndale, CA. This notice is a combined synopsis/solicitation for a commercial item in accordance with Federal Acquisition Regulation Subpart 12.6, 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. Therefore, please read this entire notice, the instructions herein, and the attachment documents carefully. This acquisition is on an Unrestricted basis. SCOPE: ***PLEASE SEE ATTACHED STATEMENT OF WORK (SOW)*** HOW TO RESPOND: In order to compete for this project, interested parties must be registered in the Central Contracting Registration and demonstrate that they are qualified to perform the work by providing a brief (20 pages or less) Technical and Cost Proposal by 10:00 AM, ET, May 27, 2010. Technical proposals must include: (1) Specific approach in meeting requirements outlined in the Statement of Work and compatibility of system/process with existing agency configuration. (2) History (current or within the last 18 months) of projects similar in scope and nature, with specific references (including project identifier/contract number and description, period of performance, dollar amount, client name and current telephone number). References will be checked to validate the information provided and to determine reliability/dependability. (3) Key personnel (those who would have the primary responsibility for performing and/or managing the project) with relevant qualifications and specific experience. Cost Proposal: provide Firm Fixed-Price "broken out by labor hours, labor category, materials, and other direct costs". Offerors must submit an original and one copy of the proposal to Emmanuel Jones, USCG SILC Detachment Washington, Room B411, 2100 Second St. SW, Washington, DC 20593. Electronic transmissions to Emmanuel.J.Jones@uscg.mil are PREFERRED, but must be timely. Proposal Evaluation Criteria: Proposals will be evaluated based on the following-price related factors: Best value. The following Federal Acquisition Regulations clauses are incorporated by reference: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (FEB 2009). 52.212-4 Contract Terms and Conditions-Commercial Items (MAR 2009) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (APR 2009) 52.222-3 Convict Labor (June 2003) (E.O. 11755). 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Feb 2008) (E.O. 13126). 52.222-21 Prohibition of Segregated Facilities (Feb 1999). 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006) (38 U.S.C. 4212). 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998). 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). Offerors can retrieve these clauses on the INTERNET at www.arnet.gov. Questions about this requirement must be in writing and submitted by e-mail Emmanuel.J.Jones@uscg.mil. Telephone inquiries are strongly discouraged. All inquiries must include the solicitation number, your full name, organization name, address, phone and fax numbers, and must be received by 10:00 AM ET, May 27, 2010. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COA3HSC/HSCGG8-10-Q-HSU102/listing.html)
 
Record
SN02148650-W 20100515/100513235045-d3eee5a3730fae8e81a271469cfca711 (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.