Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 17, 2016 FBO #5259
SOLICITATION NOTICE

J -- Remove, Overhaul, and Reinstall Galley Exhaust Fan and Motor - FAR CLAUSES - SPECIFICATION FOR UNPLANNED DOCKSIDE REPAIRS TO VENTILATION FAN FY2016 - REPRESENTATIONS AND CERTIFICATIONS

Notice Date
4/15/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
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
HSCG80-16-Q-P45H15
 
Archive Date
5/13/2016
 
Point of Contact
Garth C. Gobbell, Phone: 757 628-4631, Gloria H. Spicer, Phone: 757 628-4687
 
E-Mail Address
Garth.C.Gobbell@uscg.mil, Gloria.H.Spicer@uscg.mil
(Garth.C.Gobbell@uscg.mil, Gloria.H.Spicer@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
REPRESENTATIONS AND CERTIFICATIONS SPECIFICATION FAR CLAUSES This combined synopsis/solicitation HSCG80-16-Q-P45H15 for commercial items is 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. This Request for Quotes incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-60. The NAICS is 336611, with a size standard of 1,000 million. A. REQUIREMENT: 1. Remove, Overhaul, and Reinstall Galley Exhaust fan and motor (02-177-4) as per attached specification package for CGC HARRIET LANE B. REQUIRED COMPLETION DATE: 16 May 2016 C. As stated below, the provision at FAR 52.212-2, Evaluation-Commercial Items- applies with the following addenda: Award of a contract will be based on the following criteria: The purchase order will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5. 1. Please provide any warranty information. 2. Vendors MUST be registered in www.sam.gov The Government will award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conforming to the solicitation will be more advantageous to the Government, price and other factors considered. Interested Offerors having the expertise and required capabilities are invited to submit a Firm Fixed Price proposal that will be considered by the agency. Proposals must be submitted on company letterhead stationery and must include the following information ( 1) Cost Breakdown, (2) Unit Price, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company DUNS and Cage Code. Quotes must be received no later than 28 April 2016 AT 10:00 A.M. EASTERN STANDARD TIME. Email quotes are acceptable and should be sent to Gloria Spicer at email address - Gloria.H.Spicer@uscg.mil. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial items, with their offer or have provision FAR 52.212-3 submitted into www.sam.gov. All questions regarding this solicitation should be directed to Gloria Spicer at (757) 628-4687 or e-mailed to Gloria.H.Spicer@uscg.mil. PROVISIONS / CLAUSES: The following FAR Clauses and Provisions apply to this acquisition: FAR 52.212-1 - Instructions to Offerors - Commercial Items (Oct 2015) FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014) Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, past performance and quality. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Apr 2016) to include Alt I (Oct 2014). These certifications must be included with quote and can be accessed and downloaded via FedBizOpps with this RFQ. Contractors are encouraged to submit through https://www.sam.gov. FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (May 2015) with the following addenda's. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Mar 2016) FAR 52.219-6 - Notice of Total Small Business Set-Aside (Nov 2011) FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 - System for Award Management (Jul 2013). Contractors are located and identified in SAM by their DUNS number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A DUNS number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov. The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to this awarded contract. FAR 52.222-3 - Convict Labor (Jun 2003) FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies (Feb 2016) FAR 52.222-21 - Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26 - Equal Opportunity (Apr 2015) FAR 52.222-35 - Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212) FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) FAR 52.222-37 - Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212) FAR 52.222-50 - Combating Trafficking in Persons (Mar 2015) FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-1 - Buy American Supplies (May 2014) FAR 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33 - Payment by Electronic Funds Transfer - Systems for Award Management (Jul 2013) FAR 52.233-3 - Protest After Award (Aug 1996) FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004) *The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far. NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a) Prospective contractors shall complete electronic annual representations and certifications at SAM accessed via https://www.acquisition.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG80-16-Q-P45H15/listing.html)
 
Place of Performance
Address: CG Integrated Support Center, 4000 Coast Guard Blvd., Portsmouth, Virginia, 23703-2199, United States
Zip Code: 23703-2199
 
Record
SN04085537-W 20160417/160415234247-bce356cfe36cb0eda0b52aaf9ef75a8a (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.