SOLICITATION NOTICE
J -- USCG 33109 SPC-LE Boat Repair - Package #1
- Notice Date
- 9/8/2011
- Notice Type
- Combined Synopsis/Solicitation
- 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
- HSCG40-11-Q-P45K13
- Archive Date
- 9/30/2011
- Point of Contact
- Dorothy Rawls, Phone: 7576284636, Kelly A. Wyatt, Phone: 410-762-6472
- E-Mail Address
-
dorothy.rawls@uscg.mil, Kelly.A.Wyatt@uscg.mil
(dorothy.rawls@uscg.mil, Kelly.A.Wyatt@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Schedule of Supplies and Services Request for Quotes Specification This is a combined Synopsis/Solicitation for commercial items for repairs for the USCG 33109 SPC-LE Boat, prepared in accordance with the procedures in FAR 12.6 and 13 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. USCG 33109 SPC-LE BOAT Repair Specification dtd September 2011 is attached and available for download. Quotations are being requested and solicitation number is HSCG40-11-Q-P45K13 is assigned for tracking purposes only. The resulting purchase order will be Firm Fixed Price. The incorporated clauses and provisions are those in effect through Federal Acquisition Circular (FAC) No. 2005-53 (AUG 2011). This procurement is being competed on a total small business set-aside basis. The NAICS Code is 336611 with a Small Business Size Standard of 1000 employees. Offerors must be registered and active in the Central Contractor Registration (CCR) at http://www.bpn.gov and display the North American Industry Classification System Code 336611. FAR provision 52.212-3, Offeror Representations and Certifications-Commercial Items (Jan 2011). An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (o) of this provision. All responsible small business sources may submit a proposal, which will be considered by this agency. This requirement is being satisfied through the use of "Best Value" evaluation methods. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government (Best Value), price and other factors considered. Past performance will be an evaluation factor. The scope of work for this acquisition is but not limited to: Provide Marine Chemist Service; General Welding, Provide; Flat Plate Renewal (3/16" Aluminum); Flat Plate Renewal (1/4" Aluminum); Flat Plate Renewal (5/16" Aluminum); Flat Plate Renewal (1/2" Aluminum);Crack Repair (Aluminum);Overlay (Aluminum); Hull Inspect; Hull Crop Out and Renew: Third Lifting Strake Starboard Side; Performance Fin, Beaching Plate, Dent Bow Section, Gouge Bow Section, Fill Collars, Renew Bow Section; Starboard Section Gasoline Tank, Empty and Flush Starboard Outboard Engine, Renew; Temporary Logistics, Provide; Transportation Shipping and Storage. The following FAR provisions and clauses apply to this request for quotation and are incorporated by reference. 52.211-6 Brand Name or Equal (AUG 1999) 52.211-8 Time of Delivery (JUN 1997) 52.211-15 Defense Priority and Allocation Requirements (APR 2008) DO-A3 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008) 52.212-3 Offeror Representations and Certifications-Commercial Items (MAY 2011)Note: An offeror shall complete only paragraph (b) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (c) through (m) of this provision. Alternate (APR 2002) 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders (AUG 2011) 52.222-3 Convict Labor (JUN 2003) 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUL 2010) 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 2010) 52.222-36 Affirmative Action for Workers with Disabilities (OCT 2010) 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (SEPT 2010) 52.225-1 Buy American Act -Supplies (FEB 2009) 52.225-13 Restrictions on Certain Foreign Purchases (JUN 2008) 52.225-18 Place of Manufacture (SEP 2006) 52.232-1 Payments (APR 1984) 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (OCT 2003) 52.247-34 F.O.B. Destination (NOV 1991) FAR52.252-2 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 address: http://www.acquisition.gov.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-11-Q-P45K13/listing.html)
- Place of Performance
- Address: Contractor's Facility, United States
- Record
- SN02567323-W 20110910/110909000144-7380a17d8d1bc55cb94f94ac70f44b30 (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 |