Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 28, 2015 FBO #4813
SOLICITATION NOTICE

35 -- Sandblasting Equipment Rental - Required Documents

Notice Date
1/26/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
532490 — Other Commercial and Industrial Machinery and Equipment Rental and Leasing
 
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
HSCG40-15-Q-60235
 
Point of Contact
Ramona E. Hatfield, Phone: 4107626101
 
E-Mail Address
Ramona.E.Hatfield@uscg.mil
(Ramona.E.Hatfield@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Clauses for RFQ/Solicitation Document required to be submitted as part of quote/bid. Document required to be submitted as part of quote/bid. (i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. (ii) Solicitation number HSCG40-15-Q-J0104 applies, and is issued as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78, effective, 26 December 2014. (iii) It is anticipated that a competitive price purchase order shall be awarded as a result of this synopsis/solicitation. The North American Industry Classification System (NAICS) code is 334519 for this requirement. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. (iv) The U.S. Coast Guard, Surface Forces Logistics Center (SFLC) intends to award a Firm Fixed Price Purchase Order. Award will be made on an all or none basis and lowest technically acceptable price. (v) The United States Coast Guard Surface Forces Logistics Center has a requirement for the following items: (vi) PLACE OF DELIVERY: U.S. Coast Guard, Surface Forces Logistics Center, 2401 Hawkins Point Road, Bldg. 5, Baltimore, MD 21226. ITEM 1: Sandblast equipment rental for one month to include but not be limited to: One (1) 8-ton bulk blasting pot, skid mounted with 2 outlets and 150 feet of blasting hose/power cable with a #6 venturi nozzle and a 2-inch air line. Two (2) 175 horse power diesel vacuum, trailer mounted. Two (2) 150 foot sections of vacuum house Equipment must be inspected by contract and CG Yard upon arrival and pick up. Automatic pick up by vendor required unless rental term is extended and authorized by the contracting officer. Pricing must include Per Diems, delivery and pick ups QUANTITY __1__ Unit of Issue: __JB UNIT PRICE: ____________ TOTAL:_____________ REQUIRED DELIVERY DATE ON OR ABOUT:___ 3 February 2015____ PROMISED DELIVERY DATE:______________________ ITEM 2: Optional One Month extension for Item 1 Sandblast equipment QUANTITY __1__ Unit of Issue: __JB UNIT PRICE: ____________ TOTAL:_____________ REQUIRED DELIVERY DATE ON OR ABOUT:___3 February 2015____ PROMISED DELIVERY DATE:______________________ Please complete: INDIVIDUAL PACK & MARK _____YES_____NO REQUESTED DELIVERY ON OR ABOUT __3 February 2015___ PROPOSED DELIVERY: _______________ PAYMENT TERMS________¬_____________________ SMALL BUSINESS___YES __NO TIN NO:______________________________________________ (Must fill in this item at all times) DUNS NO.: __________________________________ ACCEPT CREDIT CARDS _______YES _______ NO ACTIVE IN SYSTEM FOR AWARD MANAGEMENT (REQUIRED FOR AWARD - SEE www.sams.gov ): _______YES ________NO GSA CONTRACT?___YES __NO CONTRACT NUMBER: ______________________ PREPARATION FOR DELIVERY: Material shall be shipped to the U.S. Coast Guard, Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore, MD 21226, GOVERNMENT ACCEPTANCE: Acceptance will be made at destination by a Government representative. Acceptance will be contingent upon the representative's verification of no damage in transit, correctness and completeness of order. (vii) The following FAR clauses apply to this solicitation. To review the following clauses in full text please go to www.arnet.gov/far and http://www.dhs.gov/dhspublic/interapp/editorial/editorial_0378.xml. FAR 52.212-1 Instructions to Offerors-Commercial Items (Apr 2014). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices to the office specified in this solicitation at or before the exact time specified in this solicitation. Offers may be submitted on the SF 1449, letterhead stationery, or as otherwise specified in the solicitation. As a minimum, offers must show: (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. Delivery information 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 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall complete electronically); (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); and (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. (12) Dun & Bradstreet number, (viii) FAR 52.212-2 Evaluation-Commercial Items (Oct 2014). - This is a commercial item acquisition. The evaluation and award procedures in FAR 13.106 apply. The following evaluation factors shall be considered: The Government will award a purchase order 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: Price: The Government will evaluate offers based on best value.. (ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Dec 2014) - An offeror shall complete only paragraphs (b) of this provision if the offeror has completed the annual representations and certificates electronically via http://www.acquisition.gov. If an offeror has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website (www.sam.gov), the offeror shall complete only paragraphs (c) through (o) of this provision. (x) FAR 52.213-4 Terms and Conditions - Simplified Acquisitions (Other Than Commercial Item). Dec 2014 (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Dec 2014) applies to this acquisition. The following addendum applies: Address for submission of invoices is U.S. Coast Guard, P.O. Box 4122, Chesapeake, VA 23327-4122, Phone 757-523-6940 or Email address for submission of invoices is FIN-SMB-YARDTEAM@USCG.MIL. (xii) 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -Commercial Items (Dec 2014) The Contractor shall comply with the FAR clauses which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.204-10 Reporting Executive Compensation and First Tier Subcontract Awards (Jul 2013) (2) 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644). (ii) Alternate I (Oct 1995) of 52.219-6. (iii) Alternate II (Mar 2004) of 52.219-6. (3) 52.219-28, Post Award Small Business Program Representation (Jul 2013) (15 U.S.C. 632(a) (2)). (4) 52.222-3, Convict Labor (June 2003) (E.O. 11755). (5) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2014) (E.O. 13126). (6) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (7) 52.222-26, Equal Opportunity (Mar 2007) (E.O. 11246). (8) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793). (9) 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513). (10) 52.225-1, Buy American Act-Supplies (May 2014) (41 U.S.C. 10a-10d). (11) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). (12) 52.232-33, Payment by Electronic Funds Transfer-System for Award Management Registration (Jul 2013) (Deviation) (13) 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. Chapter 67) (4) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 2014) (29.U.S.C. 206 and 41 U.S.C. 351, Chapter 67) Quotes are due by 29 January 2015 @ 12:00 PM EST. Questions and quotes may be emailed to RAMONA.E.HATFIELD@USCG.MIL. Contractors are responsible for verifying receipt of quotes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-15-Q-60235/listing.html)
 
Place of Performance
Address: 2401 Hawkins Point Rd, Baltimore, Maryland, 21226, United States
Zip Code: 21226
 
Record
SN03624442-W 20150128/150126234303-083a47bf3ffabf60dcbcf476e0bf4d48 (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.