Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 27, 2012 FBO #3898
MODIFICATION

J -- ANNUAL MAINTENANCE FOR AIR CONDITIONING UNITS LOCATED IN MILITARY FAMILY HOUSING

Notice Date
7/25/2012
 
Notice Type
Modification/Amendment
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fcp), U.S. Coast Guard Training Center Cape May, Administration Building, Room 212A, Cape May, New Jersey, 08204-5092, United States
 
ZIP Code
08204-5092
 
Solicitation Number
HSCG42-12-Q-QN7002
 
Archive Date
8/28/2012
 
Point of Contact
Shirley L. Green, Phone: 609-898-6342
 
E-Mail Address
shirley.l.green@uscg.mil
(shirley.l.green@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
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; proposals are being requested and a written solicitation will not be issued. HSCG42-12-Q-QN7002 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-58. This is a Total Small Business Set Aside procurement; the applicable NAICS number is 238220 and the small business size standard is $14.0 M. The FOB Destination delivery is to: USCG TRACEN CAPE MAY, 1 Munro Avenue, Cape May, NJ 08204 on or before 30 October 2012. Offers are due at USCG TRACEN CAPE MAY, NJ on 13 August 2012 at 2PM ET. Quotes may be mailed, faxed, or you may respond via this solicitation's FBO electronic bid response method. E-mailed quotes will not be accepted. For technical questions submit completed RFI form. One time site visit scheduled - See Amendment 0001. POC: LT Lisa Sharkey (609)898-6401 or e-mail: Lisa.M.Sharkey@uscg.mil 1. GENERAL REQUIREMENTS: The work consists of providing all labor, materials and equipment as required to perform annual maintenance services for Heating Ventilating Air Conditioning (HVAC) -- see attached SOW. 2. COMMENCEMENT, PROSECUTION, AND COMPLETION OF WORK: Upon acceptance the contractor shall commence work NLT five (5) days after notice to proceed and work diligently to complete all services by COB 10/30/2012. 3. SCOPE OF WORK - see attached SOW for complete details: 4. SITE VISIT: All offerors/bidders are strongly encouraged to visit the site to field verify any/all information before submitting offers/bids. Interested parties shall make arrangements for a site visit with LT. Lisa Sharkey 5. DESIGNATED CONTRACTING OFFICER'S REPRESENTATIVE: The designated Contracting Officer's Representative (COR) shall be Mr. Doug Quinley. Inquiries concerning any part of the services required before or after award shall be made to Mr. Doug Quinley or LT. Lisa Sharkey. 6. CONDITIONS AFFECTING THE WORK: The Offeror should visit the site and take such other steps as may be reasonably necessary to ascertain the nature and location of the work, the general and local conditions which can affect the cost of the work thereof. Failure to do so will not relieve offerors/bidders from responsibility for estimating properly the difficulty or cost of successfully performing the work. The government will assume no responsibility for any understanding or misrepresentations concerning conditions made by any of its officers or agents prior to the execution of the contract, unless included in the request for quotes, the specification or related documents. 7. AFTER AWARD OF THE CONTRACT: The contractor must immediately notify the COR of his intended start date. The work shall be done in accordance with the specification. 8. ORAL MODIFICATION: No oral statement of any person other than the Contracting Officer shall in any manner or degree, modify or otherwise affect the terms of this contract. 9. WORKMANSHIP: All work shall be accomplished with the best standard practices, and by workmen thoroughly experienced in the required trades. The work shall be supervised by experienced personnel and shall be satisfactory to the Contracting Officer. 10. PERMITS: The contractor shall without additional expense to the government, obtain all appointments, licenses, and permits required for the prosecution of the work. The contractor shall comply with all applicable federal, state and local laws. 11. CLEAN UP: All trash and debris shall be removed from the site daily. The job site shall be left in a clean and neat manner. 12. WORK OUTSIDE REGULAR HOURS: If the contractor desires to carry on work on Saturday, Sunday, holidays or outside the station's regular hours, he may submit his request in writing to the COR for approval consideration. The contractor shall allow ample time to enable satisfactory arrangements to be made by the government for inspecting the work in progress. 13. UPON COMPLETION OF WORK: Contact the COR to arrange for inspection/acceptance of work. 14. IDENTIFICATION OF CONTRACTOR PERSONNEL AND VEHICLES: The contractor shall provide a detailed list of all employees to the COR five (5) days prior to commencing work. The employee list shall contain the employee's full name, date and place of birth, current address and only the last four (4) of SSN. The contractor shall also contact the USCG TRACEN Police -Security to provide them with all necessary information and to obtain base pass for entry. Each contractor vehicle shall show the contractor's name so that it is clearly visible on the vehicle. A valid state driver's license, license plate and safety inspection sticker is required. All vehicles operated on government property shall be maintained in a good state of repair. 15. SAFETY REQUIREMENTS: The contractor shall conform to all state and local safety requirements and those of U.S. Coast Guard TRACEN CAPE MAY, NJ. The contractor and his employees shall become familiar with and obey all base regulations including fire, traffic, and security regulations. There will be no smoking in any U.S. Coast Guard Facilities or Buildings. No underage visitors authorized onsite. Employees and suppliers only, no dependants, minors or anyone else not directly associated with the ongoing work. No pets or animals of any kind allowed on worksite. The exception being service animals for the visually or hearing impaired. Documentation will be required for the animal to remain on site. Company's quotes shall include all of the following: (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price, availability and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3; (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); (11) If the offer is not submitted on the government provided SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; (12) Company Tax Information Number (TIN) and DUNS Number; (13) One copy of liability insurance certificate; (14) One copy of business/contractor's license; (15) Completed Reference Information sheet; All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Quotes may be mailed or faxed. E-mailed offers may not be submitted and will not be considered. The following FAR provisions/clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.acquisition.gov/far/ FAR 52.204-7 Central Contractor Registration (Feb 2012); FAR 52.212-1 Instructions to Offerors-Commercial Items (Feb 2012); there are no addenda to this provision. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Apr 2012) with Alt 1 must be completed and included with your offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Feb 2012); there are no addenda to this clause. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (May 2012). The following clauses listed in 52.212-5 are incorporated (if any): 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (May 2012); 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011); 52.222-3 Convict Labor; 52.222-19, Child Labor - Cooperation with Authorities and Remedies 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity; 52.222-41 Service Contract Act of 1965 (Nov 2007)(41 U.S.C.351, et seq); 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989); 52.223.18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513); 52.225-1 Buy American Act - Supplies (Feb 2009)(41 U.S.C. 10a-10d); 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Jun 2009); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)(E.O. 12722, 12724,13059, 13067, 13121, and 13129); 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21 U.S.C. 3332). Department of Labor Wage Determination WD 05-2345 (Rev.-14) 06/19/2012 and its successors applies. The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGTCCM/HSCG42-12-Q-QN7002/listing.html)
 
Place of Performance
Address: USCG Training Center, 1 Munro Avenue, Cape May, New Jersey, 08204, United States
Zip Code: 08204
 
Record
SN02815382-W 20120727/120726000522-291183fe0770c8934bb0461f87792076 (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.