Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 01, 2012 FBO #3842
SOLICITATION NOTICE

N -- PURCHASE & INSTALLATION OF FREE FLOATING BOAT LIFTS - Boat Lift Statement of Work - Bid Schedule

Notice Date
5/30/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Contracting Office, USCG Research and Development Center, 1 Chelsea Street, New London, Connecticut, 06320-5506, United States
 
ZIP Code
06320-5506
 
Solicitation Number
HSCG32-12-Q-SAP011
 
Point of Contact
Michael G. Levels, Phone: 8602712874, Kristin L. Lems, Phone: 8602712665
 
E-Mail Address
michael.g.levels@uscg.mil, kristin.l.lems@uscg.mil
(michael.g.levels@uscg.mil, kristin.l.lems@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Boat Lift Bid Schedule Boat Lift Statement of Work The U.S. Coast Guard Research & Development Center has a requirement for the delivery and installation of two free floating boat lifts, one to be constructed to accommodate a U.S. Coast Guard 25' Response Boat-Small and the other to be constructed to accommodate a U.S. Coast Guard 26' trailerable Aids to Navigation Boat per attached Statement of Work. Optional Item: Delivery and install of a free floating boat lift to be constructed to accommodate a U.S. Coast Guard 25' Response Boat-Small and a U.S. Coast Guard 26' trailerable Aids to Navigation Boat per attached Statement of Work. Closing Day 12 June 2012; 2:00PM EST 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; firm-fixed-price quotes for the purchase of the following item(s) are being requested and a written solicitation will not be issued. This Request for Quote HSCG32-12-Q-SAP011 incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-50. The North American Industry Classification System Code is 333923 and the size standard is 500 employees. This is a Total Small Business Set-Aside procurement. The U.S. Coast Guard (USCG), Research & Development Center intends to issue a Firm Fixed Price Purchase Order using the procedures of FAR Part 12 and Part 13. The anticipated award date is on or about 19 Jun 2012. The government intends to award from this solicitation to the responsive vendor whose quote conforming to the solicitation provides the best value. CENTRAL CONTRACTOR REGISTRATION (CCR): As required by Federal Acquisition Regulation (FAR) Clause 52.204.-7, the prospective contractors shall be registered in the government's CCR database prior to award of a contract. Before a company may register itself in CCR, it must have a Data Universal Numbering System (DUNS) number. Dun & Bradstreet, Inc issues this 9-digit DUNS number that uniquely identifies each business entity. A DUNS number may be requested via the Internet at www.dnb.com. Upon a DUNS number being issued, you may then register your company in the CCR database via the Internet at www.ccr.gov or by at phone at 1-888-227-2423. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA): Prospective contractors shall complete their annual representations and certifications electronically at http://ocra.bpn.gov in compliance with FAR Clause 52.212-3. PLEASE NOTE: Failure to comply with FAR Clauses 52.204-7 and 52.212-3 may impact eligibility for award. DESCRIPTION OF WORK: Contractor to provide free floating boat lifts to be constructed to accommodate a U.S. Coast Guard 25' Response Boat-Small and a U.S. Coast Guard 26' trailerable Aids to Navigation Boat. Lifts shall be industrial grade standard production model consisting of coordinated components and certified by the manufacturer per attached Statement of Work. CONTRACT CLAUSES 52.219-6 Notice of Total Small Business Set-Aside. NOTICE OF TOTAL SMALL BUSINESS SET-ASIDE (NOV 2011) (a) Definition. "Small business concern," as used in this clause, means a concern, including its affiliates, that is independently owned and operated, not dominant in the field of operation in which it is bidding on Government contracts, and qualified as a small business under the size standards in this solicitation. (b) Applicability. This clause applies only to- (1) Contracts that have been totally set aside or reserved for small business concerns; and (2) Orders set aside for small business concerns under multiple-award contracts as described in 8.405-5 and 16.505(b)(2)(i)(F). (c) General. (1) Offers are solicited only from small business concerns. Offers received from concerns that are not small business concerns shall be considered nonresponsive and will be rejected. (2) Any award resulting from this solicitation will be made to a small business concern. (d) Agreement. A small business concern submitting an offer in its own name shall furnish, in performing the contract, only end items manufactured or produced by small business concerns in the United States or its outlying areas. If this procurement is processed under simplified acquisition procedures and the total amount of this contract does not exceed $25,000, a small business concern may furnish the product of any domestic firm. This paragraph does not apply to construction or service contracts. The provision at FAR 52.212-1 Instructions to Offerors - Commercial Items (Jun 2008) applies to this acquisition. 52.212-2 Evaluation-Commercial Items (Jan 1999) (a) 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. The following factor shall be used to evaluate offers: 52.217-5 Evaluation of Options (July 1990) 52.217-8 Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. The Contracting Officer may exercise the option by written notice to the Contractor within 14 Days. Price (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (End of provision) FAR 52.204-7 Central Contract Registration (APR 2008) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Mar 2011) An offeror shall complete only paragraph (j) 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 (b) through (i) of this provision. (End of Provision) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2010) and below addendum applies to this acquisition. 52.252-2 Clauses Incorporated by Reference (FEB 1998). This solicitation 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 the clause may be accessed electronically at Internet address http://acquisition.gov/far/index.html. FAR 52.215-5 Facsimile Proposal (OCT 1997) 52.219-14, Limitation on Subcontracting (Dec 1996) 52.244-6, Subcontract for Commercial Items (JUNE 2010) 52.249-2, Termination for Convenience of the Government (Fixed Price)(MAY 2004) HSAR 3052.204-71 CONTRACTOR EMPLOYEE ACCESS HSAR 3052.209-70 PROHIBITION ON CONTRACTS WITH EXPATRIATES (JUNE 2006) HSAR 3052.217-93 Subcontracts (DEC 2003) HSAR 3052.217-95 Liability and Insurance (DEC 2003) HSAR 3052.217-96 Title (DEC 2003) HSAR 3052.217-97 Discharge of liens (DEC 2003) HSAR 3052.217-98 Delays (DEC 2003) HSAR 3052.242-71 Dissemination of Contract Information (DEC 2003) HSAR 3052.242-72 Contracting Officer's Technical Representative (DEC 2003) CENTRAL CONTRACTOR REGISTRATION (CCR): As required by Federal Acquisition Regulation (FAR) Clause 52.204.-7, the prospective contractors shall be registered in the government's CCR database prior to award of a contract. Before a company may register itself in CCR, it must have a Data Universal Numbering System (DUNS) number. Dun & Bradstreet, Inc issues this 9-digit DUNS number that uniquely identifies each business entity. A DUNS number may be requested via the Internet at www.dnb.com. Upon a DUNS number being issued, you may then register your company in the CCR database via the Internet at www.ccr.gov or by at phone at 1-888-227-2423. ONLINE REPRESENTATIONS AND CERTIFICATIONS APPLICATION (ORCA): Prospective contractors shall complete their annual representations and certifications electronically at http://ocra.bpn.gov in compliance with FAR Clause 52.212-3. PLEASE NOTE: Failure to comply with FAR Clauses 52.204-7 and 52.212-3 may impact eligibility for award. CONTRACT ADMINISTRATION DATA Contractual Authority and Communications Contact Point: For information regarding this contract, please contact Michael Levels (860) 271-2874. Addresses for Correspondence and Requests for Payment All correspondence shall be sent to the following address: Michael Levels Contracting Office USCG Research & Development Center 1 Chelsea Street New London, CT 06320 Michael.g.levels@uscg.mil The Contracting Officer for this contract is: Kristin Lems Contracting Office USCG Research & Development Center 1 Chelsea Street New London, CT 06320-5506 (b) Except as specified in paragraph (d) below, no order, statement or conduct of any Government personnel who communicates with contractor personnel during the performance of this contract shall constitute a change under the "changes" clause. (c) The contracting officer is the only person authorized to approve changes in any of the requirements of this contract and, notwithstanding provisions contained elsewhere in this contract, the said authority remains solely the contracting officer's. In the event the contractor effects any change at the direction of any person other than the contracting officer, the change will be considered to have been made without authority and no adjustment will be made in the contract price to cover any increase in charges incurred as a result thereof. (d) The Government reserves the right to administratively transfer authority over this contract from the above named individuals to other contracting officers at any time. 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-- Commercial Items (Mar 2011) applies. (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.252-2 Clauses Incorporated by Reference (FEB 1998). This solicitation 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 the clause may be accessed electronically at Internet address http://acquisition.gov/far/index.html. (1) 52.222-50, Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)). Alternate I (Aug 2007) of 52.222-50 (22 U.S.C. 7104(g)). (1) 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553). (2) 52.233-4, Applicable Law for Breach of Contract Claim (Oct 2004) (Pub. L. 108-77, 108-78) (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the Contracting Officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010) (Pub. L.109-282) (31 U.S.C. 6101 note). 52.219-28, Post Award Small Business Program Representation (Apr 2009) (15 U.S.C 632(a)(2)). 52.222-3, Convict Labor (June 2003) (E.O. 11755). 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010) (E.O. 13126). 52.222-21, Prohibition of Segregated Facilities (Feb 1999). 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). 52.222-35, Equal Opportunity for Veterans (Sept 2010) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 79352.222-37, Employment Reports on Veterans (Sept 2010)52.222-40, Notification of Employee Rights Under the National Labor Relations Act (Dec 2010)52.223-18, Contractor Policy to Ban Text Messaging While Driving (Sept 2010) 52.225-1, Buy American Act-Supplies (Feb 2009) (41 U.S.C. 10a-10d). 52.225-13, Restrictions on Certain Foreign Purchases (June 2008) (E.O.s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration The provisions of paragraphs a, b, d, and e are applicable to this contract. 52.222-41, Service contract Act of 1965, as Amended(NOV 2007) (41 U.S..C. 351,et seq.). 522.222-42 Statement of Equivalent Rates for Federal Hires(May 1989) (29 U.S.C 206 and 41 U.S>C.351, et seq.). (End of clause) The closing date for receipt of quotes is 12 May 2012 at 2:00PM EST. Anticipated award date is no later than 19 Jun 2012. Quotes are to remain effective for 60 days after close of solicitation. Offers may be submitted in the contractors own format, the proposal shall comprise an itemized price breakdown. Facsimile quotes are acceptable and may be forwarded via fax number 860-271-2888. Point of contact is Michael Levels, phone 860-271-2874, and email: Michael.g.levels@uscg.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGRDC/HSCG32-12-Q-SAP011/listing.html)
 
Place of Performance
Address: Multible performance locations per Statement of Work, Contracting Office location New London, CT, USCG RDC Contracting Office, 1 Chelsea Street, New London, Connecticut, 06320, United States
Zip Code: 06320
 
Record
SN02761781-W 20120601/120531000329-312e38f193d7fcbad1a680077ffee95f (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.