Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 29, 2015 FBO #4814
MODIFICATION

J -- Repair and evaluation of Aboveground Fuel Tanks

Notice Date
1/27/2015
 
Notice Type
Modification/Amendment
 
NAICS
213112 — Support Activities for Oil and Gas Operations
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, MRS, SRR, MRR, LRS, ESD, IOD, ISD, or ALD, Elizabeth City, North Carolina, 27909-5001, United States
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-15-Q-400034
 
Archive Date
2/14/2015
 
Point of Contact
Garth Gobbell, Phone: 2523356607, Russell H. Beaty, Phone: 2523356480
 
E-Mail Address
Garth.C.Gobbell@uscg.mil, Russell.h.beaty@uscg.mil
(Garth.C.Gobbell@uscg.mil, Russell.h.beaty@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in 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. This Solicitation number, HSCG38-15-Q-400034 is being issued as a Request for Quotation (RFQ). This solicitation document incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-76. All responsible sources may submit a quotation which shall be considered by the agency. The North American Industry Classification System Code is 213112 and the small business size standard is 1,000 employees. Contractor shall perform applicable repairs of fuel storage tanks as listed in Attachment (A), per industry standards. The contractor shall evaluate the condition of each tank listed in Attachment (A) and identify additional deficiencies not listed and provide a detailed deficiency report(s). This contract does not include repairs for the additional deficiencies identified. Firm fixed price quotes are requested for the repair and evaluation of fuel storage tanks: (see attachment) ****Questions will be accepted until 4:00 PM Eastern Standard Time, Monday, 09 February 2015. Questions shall be in writing and sent via e-mail to: garth.c.gobbell@uscg.mil. Answers to questions will be made accessible to all potential offerors. Questions or discussions with other contractors and other government personnel may render a quote invalid. Quote Requirements: Quotes must include unit and extended prices for all line services, estimated time, and Discount Terms, if applicable. All quotes are due no later than 4:00 PM Eastern Standard Time, Friday, 13 February 2015. Quotes may be e-mailed to garth.c.gobbell@uscg.mil. Alternate POC is Russell Beaty, CWO2, at (252) 335-6480 or Russell.H.Beaty@uscg.mil. This solicitation requires registration with the System for Award Management (SAM) prior to award, pursuant to applicable regulations and guidelines. Registration information can be found at www.sam.gov All responsible sources may submit an offer which shall be considered. Contractors must have valid Cage Codes and DUNS Numbers, and be registered in the SAM database. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition; FAR 52.212-3, Offeror Representations and Certifications - Commercial Items - the offeror must submit a completed copy of the listed representations and certifications with its proposal or indicate that these representations and certifications can be found on the System for Award Management(SAM); FAR 52.212-4, Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b):. FAR 52.203-6, Restrictions on Subcontractor Sales to the Government FAR 52.203-15, Whistleblower Protections under the American Recovery and Reinvestment Act of 2009 (Jun 2010) FAR 52.204-7 Systems for Award Management (Jul 2013) FAR 52.204-8 Annual Representations and Certifications (Jan 2014) FAR 52.204-10 Reporting Executive Compensation and First-tier Subcontract Awards (Jul 2013) FAR 52.204-13 Systems for Award Management Maintenance (Jul 2013) FAR 52.204-14, Service Contract Reporting Requirements FAR 52.209-6 Protecting the Governments Interest when Subcontracting with Contractors Debarred, Suspended or Proposed for Debarment (Aug 2013) FAR 52.212-1 Instructions to Offerors-Commercial Items (Jul 2013); there are no addenda to this provision. FAR 52.219-8, Utilization of Small Business Concerns FAR 52.219-28, Post Award Small Business Program Representation FAR 52.222-3, Convict Labor FAR 52.222-19, Child Labor-Cooperation with Authorities and Remedies. FAR 52.222-21, Prohibition of Segregated Facilities FAR 52.222-26, Equal Opportunity FAR 52.222-35, Equal Opportunity for Veterans FAR 52.222-36, Equal Opportunity for Workers with Disabilities FAR 52.222-37, Employment Reports on Veterans FAR 52.222-40, Notification of Employee rights Under the National Labor Relations Act FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving FAR 52.225-1, Buy American-Supplies FAR 52.225-13, Restriction on Certain Foreign Purchases FAR 52.232-33, Payment by Electronic Funds Transfer-System for Award Management FAR 52.247-64, Preference for Privately Owned U.S.-Flag Commercial Vessels Offerors may obtain full text versions of these clauses electronically at http://www.acquisition.gov/far/
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-15-Q-400034 /listing.html)
 
Place of Performance
Address: USCG ALC, 1664 Weeksville Rd, Elizabeth City, North Carolina, 27909, United States
Zip Code: 27909
 
Record
SN03626195-W 20150129/150127234837-7c9e7f7363e72962ec517a5b9b75963a (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.