Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 16, 2011 FBO #3583
SOLICITATION NOTICE

65 -- HSWL Regional Practice Cape May Dental Clinic - Dental Cabinets - Synopsis / Solicitation - Attachment

Notice Date
9/14/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
339114 — Dental Equipment and Supplies Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Shore Infrastructure Logistics Center (SILC) East, 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113, United States
 
ZIP Code
23510-9113
 
Solicitation Number
HSCG84-11-Q-AAS218
 
Archive Date
10/4/2011
 
Point of Contact
Tiffany M. Squyres, Phone: 7576284127, Douglas Baskin, Phone: 7576284261
 
E-Mail Address
Tiffany.M.Squyres@uscg.mil, douglas.baskin@uscg.mil
(Tiffany.M.Squyres@uscg.mil, douglas.baskin@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis / Solicitation - Attachment Synopsis / Solicitation COMBINED SYNOPSIS/SOLICITATION This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. (A) The solicitation number is HSCG84-11-Q-AAS218 and is issued as a Request for Quotation (RFQ). (B) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. (C) This acquisition is issued unrestricted. The associated NAICS code is 339114 and the small business size standard is 500 employees. (D) Date, time and place offers are due. Offers are due no later than Monday, September 19, 2011, 3:00 PM EST. Submit offers to the following mailing address, e-mail address, or fax number by the offer due date and time: Mailing Address: U.S. Department of Homeland Security United States Coast Guard Shore Infrastructure Logistics Center, PCB-4 Attn: Tiffany Squyres 300 E. Main Street, Suite 965 Norfolk, VA 23510-9112 E-Mail Address: Tiffany.M.Squyres@uscg.mil Fax Number: (757) 628-4135 (Attn: Tiffany Squyres/PCB-4) (E) Description/Statement of Work/Specification The following specifications are for out-fitting 23 dental operatories, located at the United States Coast Guard HSWL Regional Practice Cape May Dental Clinic, 1 Munro Avenue, Cape May, NJ 08204 with new dental casework/cabinetry and sinks. This requirement is for the delivery and installation of all required items. Sixteen operatories are approximately 9' x 12', four are approximately 11' x 13', and three are approximately 8.5' x 12'. All required modifications related to the plumbing, electrical or building structure will be completed by the Training Center Cape May Facility and Engineering Division. (Note: At the present time, there are no modifications anticipated.) Detailed Statement of Work, including measurements, is attached. (F) Schedule of Supplies. The Contractor shall perform the effort required by this Purchase Order on a FIRM-FIXED-PRICE basis. CLIN Description QTY Unit Unit Price Total Amount 00001 Cabinet/Counter Set L 135" 19 EA $ $ 00002 Cabinet/Counter Set L 155" 4 EA $ $ 00003 Floor Cabinets w/Countertops L 108" 3 EA $ $ 00004 Floor Cabinets w/Countertops L 92" 1 EA $ $ 00005 Mobile Carts 23 EA $ $ 00006 Wall Cabinets - L 135" 19 EA $ $ 00007 Wall Cabinets - L 60" 3 EA $ $ 00008 Wall Cabinets - L 48" 3 EA $ $ 00009 Wall Cabinet - L 155" 1 EA $ $ 00010 Wall Cabinet - L 32" 13 EA $ $ 00011 Wall Cabinet - L 30" 2 EA $ $ 00012 Wall Cabinet - L 38" 1 EA $ $ 00013 Delivery 1 LO $ $ 00014 Installation 1 LO $ $ TOTAL $ The following abbreviations are used in the price schedule above: CLIN: Contract Line Item Number QTY: Quantity EA: Each LO: Lot NTE: Not to Exceed (G) Date(s) and place(s) of delivery and acceptance. FOB: Destination The place of performance is HSWL Regional Practice Cape May Dental Clinic located at 1 Munro Avenue, Cape May, NJ 08204. Installation will be completed in 2 phases. Phase 1: 26-30 December 2011: Cabinetry to be installed in 14 rooms. Phase 2: 14-20 January 2012: Cabinetry to be installed in the remaining 9 rooms. Installation dates are tentative and based on the installation of new flooring. These dates may be changed if revisions are made to the flooring timeline. Prefer delivery to be made in conjunction with each installation phase, however; cabinetry from Phase 2 may be delivered at the same time as Phase 1 and be stored in the Dental Clinic until installation. Inspection and acceptance of all deliverables under this order will occur at HSWL Regional Practice Cape May Dental Clinic. All deliverables will be inspected for conformance to contract requirements by the designated Program Manager. Inspection and acceptance will take place at time of delivery and installation and shall be performed by the Program Manager. (H) FAR Provision 52.212-1, Instructions to Offerors-Commercial, is incorporated by reference and applies to this acquisition. Addendum to FAR Povision52.212-1 - the following paragraphs are modified or added to the provision: (b) Submission of offers (12) The Offeror shall provide references for past performance experience of similar work to be evaluated. Companies with negative past performance ratings may not be considered for award. Offerors will be responsible for providing contact information for at least three (3) past performance references. The past performance references must have firsthand knowledge of a contract(s) or order(s) that is ongoing or has been completed within the last five (5) years for like or similar requirements. Note: The Government may use data obtained from other sources to evaluate past performance. (c) Period for Acceptance of Offers. - Modified The offeror agrees to hold prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an amendment to the solicitation. (I) FAR Provision 52.212-2, Evaluation-Commercial Items, is incorporated by reference and applies to this acquisition. Paragraph (a) of the provision. 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, price and other factors considered. The following factors shall be used to evaluate offers: • Technical Capability; • Past Performance; • Price All evaluation factors other than price, when combined, are significantly more important than price; however price will become more important as the differences between the other factors become less. Factor 1. Technical Capability (Pass/Fail) Offeror shall submit a Technical Capability Statement that specifically addresses the offeror's ability to provide all the items and quantities listed in section F. Schedule of Supplies in accordance with the Statement of Work in section E and attached. Factor 2. Past Performance (Pass/Fail) Offeror's Past Performance will be evaluated based on demonstrating a satisfactory history of performance on prior contracts and delivery orders. Factor 3. Price Prices shall be evaluated for price reasonableness. (J) Offerors are required to include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items, with their offer. Offerors may complete FAR 52.212-3 online at ORCA: https://orca.bpn.gov/login.aspx. An offeror must state in their offer if they completed FAR 52.212-3 online at ORCA (the information on ORCA must be up-to-date and valid). (K) FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items, is incorporated by reference and applies to this acquisition. Addendum to FAR Clause 52.212-4 - the following paragraphs are modified or added to the clause: (k) Taxes. - Modified The contract price (including unit prices) includes all applicable Federal, State, and local taxes and duties. (u) Contractor Performance Evaluations. - Added (1) In accordance with FAR Subpart 42.15, Contractor Performance Information, the Contractor's performance will be evaluated throughout the contract period of performance. The results will be compiled and reported in a Contractor Performance Report for use by this agency and other government agencies for future source selection decisions. The report will be compiled jointly by the Contracting Officer's Technical Representative (COTR) and the Contracting Officer. The Contracting Officer will forward the report to the Contractor for comments. In the case of a contract with option years, interim reports will be completed. (2) The areas to be evaluated include, but are not limited to: Quality of Product or Service, Schedule, Cost Control, Business Relations, Management of Key Personnel, and Utilization of Small Business. (3) Each area may be evaluated using the following scale: Exceptional, Very Good, Satisfactory, Marginal and Unsatisfactory. (4) The Contractor Performance Assessment Reporting System (CPARS) may be used for all performance evaluations. Copies of the reports will be maintained in the CPARS database and in hard copy in the official contract file. (5) The results of the report will be provided to the Contractor who will be given a period of thirty (30) days to review and provide comments. All comments will be considered by the Contracting Officer and reviewed in accordance with FAR 42.1503. The report will be marked "Source Selection Information" and safeguarded ‘for official use only' in accordance with Federal Acquisition Regulation Part 3.104. Since there is a limitation of 2000 characters for each area evaluated, there may be an occasion that all evaluations and comments be manually addressed and maintained in the official contract file. If this is the case, each area will be annotated to contact the cognizant Contracting Officer for all evaluation documentation. (L) FAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, is incorporated by reference and applies to this acquisition. Full text of this clause is attached. (M) There are no additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices. (N) The Defense Priorities and Allocations System (DPAS) and assigned ratings are not applicable to this solicitation. (O) Any and all questions regarding this solicitation shall be submitted in writing to the Contract Specialist at Tiffany.M.Squyres@uscg.mil no later than Thursday, September 15, 2011, 3:30PM EST. (P) See attached for additional Clauses and Provisions. (Q) A complete package, to be eligible for award will include all items listed below. • Offerors shall complete all unit prices under Section F Schedule of Supplies. Documentation shall be provided for Installation costs listed in CLIN 00014. • FAR Provision 52.212-3 (Offeror Representation and Certifications-Commercial Item). Offerors can either complete ORCA online at https://ocra.bpn.gov/login.aspx, or submit as part of completed package. An Offeror must state in their offer if they completed FAR Provision 52.212-3 online at ORCA (the information on ORCA must be up-to-date and valid). • Amendments of Solicitation (SF-30). (if applicable) Offerors shall complete Blocks 8 and 15(a-c) issued by the Government and submit with their offers. All Amendments will be posted on e-Buy. • Past Performance references as requested in Section H FAR Provision 52-212-1. • Technical Capability Statement as requested in Section I FAR Provision 52-212-2.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/HSCG84-11-Q-AAS218/listing.html)
 
Place of Performance
Address: HSWL Regional Practice Cape May Dental Clinic, 1 Munro Avenue, Cape May, NJ 08204, Cape May, New Jersey, 08204, United States
Zip Code: 08204
 
Record
SN02576207-W 20110916/110915000143-2dbfa251963b38f657b0b1c5aa2ed254 (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.