Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 24, 2011 FBO #3407
MODIFICATION

J -- EMERGENCY DOCKSIDE REPAIRS - CGC JOSHUA APPLEBY

Notice Date
3/22/2011
 
Notice Type
Modification/Amendment
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG85-11-Q-P45FD9
 
Point of Contact
Florence D. Harwood, Phone: 410-762-6455
 
E-Mail Address
florence.m.harwood@uscg.mil
(florence.m.harwood@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
***The date for receipt of quotes is extended until 12:00 pm est 24 March 2011. In addition, due to the urgency of this requirement, interested offerors must request a CD of drawings no later than 4:00 pm est 22 March 2011. This is a combined CBD/Synopsis solicitation for commercial items prepared in accordance with the format in subpart 12.6 of the Federal Acquisition Regulation, as supplemented with additional information included in this notice. The Request for Quotation Number is HSCG85-11-Q-P45FD9. This announcement constitutes the solicitation and incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-48. Quotes are being requested and a package for submission is available as an electronic attachment. The acquisition is for EMERGENCY DOCKSIDE REPAIRS TO THE USCGC JOSHUA APPLEBY (WLM-556), a 175 Foot Coastal Buoy Tender. The NAICS Code is 336611 and the small business size standard is less than 1,000 employees. This requirement will be evaluated using past performance as an evaluation factor. It is incumbent upon contractors to monitor the FEDBIZOPPS web page for RFQ release and all subsequent amendments. The acquisition is for the EMERGENCY DOCKSIDE REPAIRS to the USCGC JOSHUA APPLEBY (WLM-556). The performance period will be 7 calendar days with a start date of 28 March 2011. The place of performance will be at the vessels homeport of St. Petersburg, FL 33701. The scope of the acquisition is: Z-Drive Propulsion Unit Seals, Renew (Pier Side) to be accomplished in accordance with the Specification for Emergency Dockside Repairs dated 16 March 2011. All welding and brazing, if necessary, shall be accomplished by trained welders who have been certified by the applicable regulatory code performance qualification procedures. REQUIRED DOCUMENTS TO BE SUBMITTED: 1. Signed 1449 with offeror's address, DUNS and other information completed., 2. Price Schedule filled out with a cost associated with each CLIN listed. 3. Past Performance Documentation. 4. Welding Certs and Procedures. 5. Proof of Insurance. The following FAR Clauses and Provisions apply to this solicitation. Offerors may obtain full text versions of these clauses and provisions electronically at http://www.acquisition.gov/far. Offerors are instructed to include a completed copy of Federal Acquisition Regulation (FAR) Provision 52.212-3, "Offerors Representations and Certification--Commercial Items (JAN 2011)" with their quotation. FAR Provision 52.212-1, Instructions to Offerors--Commercial Items (JUN 2008). The following addenda is added to 52.212-1: (1) Paragraph (b) -- SF 1449 is provided as an electronic attachment for offerors use to submit a Quotation package. FAR Clause 52.204-7, Central Contractor Registration (APR 2008) is incorporated by reference. FAR Clause 52.212-4, Contract Terms and Conditions--Commercial Items (JUNE 2010). FAR Provision 52.212-2, Evaluation-Commercial Items (Jan 1999). All responsive and responsible sources may submit a quote, which will be considered by this agency. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JAN 2011) applies to this acquisition and the following clauses cited in the clause are applicable to this acquisition: 52.222-3, Convict Labor (June 2003); 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Aug 2009); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26, Equal Opportunity (Mar 2007); 52.222-36, Affirmative Action for Workers with Disabilities (June 1998)/ 52.222-54, Employment Eligibility Verification (Jan 2009); 52.223-18, Contractor Policy to ban Text Messaging while Driving (Sep 2010); 52.225-1, Buy American Act- Supplies (Feb 2009); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer - CCR (Oct 2003). The following items are incorporated as addenda to this solicitation and will be provided in full text upon request or can be electronically accessed at http://www.dhs.gov.: Homeland Security Acquisition Regulation (HSAR) 3052.209-70, Prohibition on Contract with Corporate Expatriates (DEC 2003). Closing date and time for receipt of offer is 23 March 2011 at 2:00 pm Eastern Standard Time. Submit offer in accordance with FAR Povision 52.212-1. A formal notice of changes, if applicable, will be issued in FedBizzOpps (www.fedbizzopps.gov) via amendment(s). It is each vendor's individual responsibility to the monitor the EPS system for changes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG85-11-Q-P45FD9/listing.html)
 
Record
SN02406705-W 20110324/110322234657-bea99cc6c3cd55ed34ab7994c3c0c40f (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.