Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 08, 2017 FBO #5584
SOLICITATION NOTICE

68 -- BASE KODIAK HAZMIN CENTER CYLINDER REFILL - HSCG4517-Q-683025 - SF-18 CYLINDER REFILL SERVICE

Notice Date
3/6/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
424690 — Other Chemical and Allied Products Merchant Wholesalers
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Base Kodiak, P.O. Box 195018, Kodiak, Alaska, 96619-5023, United States
 
ZIP Code
96619-5023
 
Solicitation Number
HSCG4517Q683025
 
Archive Date
3/31/2017
 
Point of Contact
Sarah Beth Davoll, Phone: 9074875180 x6624
 
E-Mail Address
sarah.b.davoll@uscg.mil
(sarah.b.davoll@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
FAR CLAUSES WAGE DETERMINATIONS REQUEST FOR QUOTE; PRICING FOR HAZMIN CETNER CYLINDERS This is a combined synopsis/solicitation for commercial services prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-86-2 (February 2015), and as supplemented with additional information included in this notice. This announcement, Solicitation # HSCG45-17-q-683025, HAZMIN CYLINDER REFILL SERVICE at USCG Base Kodiak constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is 424690 and has been set aside 100% Small Business. This synopsis/solicitation is issued pursuant to FAR 6.203(a) and HSAM 3006.102. It is anticipated that a purchase order will be issued as a result of this synopsis/solicitation, and awarded using the Simplified Acquisition Procedures in accordance with FAR 13. U.S. Coast Guard BASE KODIAK, Kodiak, Alaska has a requirement for HAZMIN CYLINDER REFILL SERVICE TO USCG BASE KODIAK. The contractor shall provide service, labor and transportation to fill various cylinders at USCG BASE Kodiak, Alaska for the period of 01 APR 2017 through 31 MAR 2018, in accordance with the attached Request for Quotation form SF-18. The cylinder types include: Oxygen, Aviator, Argon, Nitrogen, Carbon Dioxide, Welders Oxygen, Acetylene, along with Hydrotest Services, Acetylene Re-qualification and Valve Replacements. Materials, workmanship, and installation shall comply with the latest edition of all applicable codes and industry standards, and these specifications. Contractor is responsible for field verification of all material sizes and quantities necessary for the performance of the project before quoting. Billing to be monthly in arrears Electronic submission of invoices is MANDATORY for this contract and/or any orders issued in accordance with this contract. GOVERNMENT FURNISHED MATERIALS: NONE PERIOD OF PERFORMANCE: 01APR2017-31MARCH2018 CONTRACTOR SHALL COMPLY WITH Industry Standards, Cylinder Inspection and Re-certification Regulations, and DOT Hazardous Materials Shipping Regulations while transporting cylinders. A SITE VISIT will NOT be held. All responsible sources may submit a quotation, and if timely received, shall be considered by the Agency. Companies MUST have a valid Dun and Bradstreet number (DUNS), be actively registered with the System for Award Management (SAM) database and shall provide the company Tax Information Number (TIN) on their quotation. The contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequently updates its information in the SAM database to ensure it is current, accurate and complete. Contractors may obtain information on registration and annual confirmation requirements via the SAM website accessed through https://www.sam.gov or by calling the Federal Service Desk at 866-606-8220. Request all pricing to be Fob Destination for performance within 30 days ARO. ALL QUOTATIONS SHALL BE SUBMITTED PRIOR TO THE FOLLOWING CLOSING DATE and TIME: March 16, 2017 at 04:00pm Alaska Time (AKST). Quotations that do not meet this deadline will not be considered. FOR A SOLICITATION PACKAGE, please send an electronic request to Sarah Davoll at Sarah.B.Davoll@uscg.mil. The following FAR Clauses and provisions apply to this solicitation (full text versions of the FAR Clauses and provisions may be obtained by visiting https://www.acquisition.gov/): FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations - Representation (Nov 2015) FAR 52.212-1, Instructions to Offerors-Commercial Items (MAY, 2014); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (MAY 2014) with Alternate 1, (Offeror(s) must include a completed copy of FAR 52.212-3 with their quote); FAR 52.212-4, Contract Terms and Conditions-Commercial Items (MAY 2014); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statuses or Executive Orders-Commercial Items (MAY 2014); FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (NOV 2015); FAR 52.219-1, Small Business Program Representations (OCT 2014) with Alternate 1; FAR 52.219-6, Notice of total Small Business Set-Aside (NOV 2011); FAR 52.219-28, Post Award Small Business Program representation (Apr 2009) (15 U.S.C. 632(a) (2); FAR 52.222-3, Convict Labor (Jun 2003) (E.O.. 11755); FAR 52.222-19 Child Labor-Corporation with Authorities and Remedies (JUL 2010) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999); FAR 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246); FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793); FAR 52.222-41, Service Contract Labor Standards (May 2014); FAR 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015); FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513); FAR 225-13, Restrictions on Certain Foreign Purchase (Jun 2008); FAR 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553); FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGISCK/HSCG4517Q683025/listing.html)
 
Place of Performance
Address: USCG BASE KODIAK HAZMIN CENTER, SHIPPING AND RECEIVING BUILDING 26, KODIAK, Alaska, 99619, United States
Zip Code: 99619
 
Record
SN04423821-W 20170308/170306234152-74299162146c42bf1ec4b57416f4dcb6 (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.