Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 05, 2017 FBO #5581
SOLICITATION NOTICE

L -- MAINTENANCE SERVICE FOR 32' TRANSPORTABLE PORT SECURITY BOAT - Required information

Notice Date
3/3/2017
 
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
HSCG40-17-Q-P30748
 
Archive Date
3/23/2017
 
Point of Contact
Carolyn Ward, Phone: 4107626601
 
E-Mail Address
carolyn.ward@uscg.mil
(carolyn.ward@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Ombudsman Statement of Work for solicitation P30748 Required information (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; quotations are being requested and a separate written solicitation will not be issued. (ii) Solicitation number HSCG40-17-Q-P30748 applies and is issued as a Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through FAC 2005-95 (19 JAN 2017). (iv) This procurement is 100% set aside for small business. The North American Industry Classification System (NAICS) code is 336611 and the business size standard is 1250 employees. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. (v) Item 0001: Contracted Maintenance as Per 32 TPSB SAP SOW. Service will be IAW Statement of Work TPSB SAP. For drawings, tech pubs & other publications, please contact the COR: MKC Tom Gross at his email: Thomas.C.Gross@uscg.mil QTY: 1 JOB Performance Start Date: Estimated Mon. March 13, 2017 (vi) Place of Performance: Service will be held at Contractor's facility. (vii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.acquisition.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (JAN 2017). Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses 2) discounts for prompt payment if applicable 3) cage code 4) Dun & Bradstreet number 5) Taxpayer ID number 6) Price and delivery information 7) Provide one (1) relevant past performance reference including name of contractor, point of contact and telephone number. 8) Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. (viii) FAR 52.212-2 Evaluation-Commercial Items (Oct 2014). - 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 Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation. The following factors shall be used to evaluate offers: a) Past performance on 32 TPSB platform and small boat under 65' of length. Please list references and POC for each reference. past performance (see FAR 15.304) b) Offeror facility/where repairs will be conducted must be within 45 miles of a U.S. Coast Guard Electronic Support Detachment (ESD) c) Quality Assurance Plan shall be submitted with the proposal d) Designated qualified members to fill these key roles: Maintenance Supervisor, Quality Assurance Specialist, Planner/Estimator, Marine Machinery Mechanic, and Marine Electrician. e) Technical Capability of the item offered to meet the Government requirement f) Price g) Cost of transporting assets may be consider a factor The evaluation and award procedures in FAR 13.106 apply. The U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract. (ix) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jan 2017) shall be submitted with their offers. The use of the System for Award Management (SAM) website located at https://www.sam.gov/portal is mandatory. If the Offeror has not completed the annual representations and certifications electronically, the Offeror shall complete only paragraphs (c) through (u) of this provision FAR 52.212-3 which can be obtained electronically at https://www.acquisition.gov. (x) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jan 2017) applies to this acquisition. The following addendum applies: Address for submission of invoices is U.S. Coast Guard Finance Center, 1430A Kristina Way, Chesapeake, VA 23326-3635. (xi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (JAN 2017). The following clauses are incorporated: a. 52.204-10, Reporting Executive compensation and First Tier Subcontract Awards (Oct 2016) (Pub. L. 109-282) (31 U.S.C. 6101 note). b. 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Oct. 2015) (31 U.S.C. 6101 note). c. 52.219-6, Notice of Total Small Business Set-Aside (Nov 2011) (15 U.S.C. 644) d. 52.219-13, Set-Aside of Orders (Nov 2011) (15 U.S.C. 644) e. 52.219-28, Post Award Small Business Program Rerepresentation (Jul 2013) (15 U.S.C. 632 (a) (2)). f. 52.222-3 Convict labor (June 2003) (E.O. 11755) g. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Oct 2016) (EO 11755) h. 52.222-21, Prohibition of Segregated Facilities (Apr 2015) i. 52.222-26 Equal Opportunity (Sept 2016)(E.O. 11246) j. 52.222-36 Affirmative Action for Workers with Disabilities (Jul 2014)(29 U.S.C. 793) k. 52.222-50, Combating Trafficking in Persons (Mar 2015) l. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (EO. 13513) m. 52.225-3, Buy American-Free Trade Agreements- Israeli Trade Act (May 2014) (41 U.S.C. chapter 83, 19 U.S.C. 3301 note, 19 U.S.C. 2112 note, 19 U.S.C. 3805 note, 19 U.S.C. 4001 note, Pub. L. 103-182, 108-77, 108-78, 108-286, 108-302, 109-53, 109-169, 109-283, 110-138, 112-41, 112-42 and 112-43). n. 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). o. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Jul 2013)(21 U.S.C. 3332). p. 52.233-3 Protest after award (Aug 1996) q. 52.233-4 Applicable Law for Breach of Contract Chain (Oct. 2004). The following items are incorporated as addenda to this solicitation: (USCG) (DEC 2003), HSAR clause 3052.209-70 Prohibitions on contracts with corporation expatriates. HSAR 3052.242-71 Dissemination of Contract Information (Dec 2003); Copies of HSAR clauses may be obtained electronically at: Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov r. 52.222-41, Service Contract Labor Standards (May 2014) (41 U.S.C. chapter 67) s. 52.222-42, Statement of Equivalent Rates for Federal Hires (may 2014) (29 U.S.C. 206 and 41 U.S.C. chapter 67). (xii) See required documents for scanned copies of each item requested. (xiii) Defense Priorities and Allocations System (DPAS): N/A (xiv) QUESTIONS ARE DUE BY TUES. MARCH 7, 2017 at 12 PM EST. QUOTES ARE DUE BY WED. MARCH 8, 2017 AT 4 PM EST. Proposals may be emailed to Carolyn.ward@uscg.mil (xv) Point of Contact: Carolyn Ward, Purchasing Agent, Tele. No. 410-762-6601, email address: Carolyn.Ward@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-17-Q-P30748/listing.html)
 
Place of Performance
Address: Contractor's facility, United States
 
Record
SN04422652-W 20170305/170303234933-37a71d2088885206182d2a03824c9dee (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.