Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 12, 2018 FBO #6106
SPECIAL NOTICE

N -- Electronic Card Access Lock System - SOW

Notice Date
8/10/2018
 
Notice Type
Special Notice
 
NAICS
236220 — Commercial and Institutional Building Construction
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Base New Orleans, 4640 Urquhart Street, New Orleans, Louisiana, 70117-4698, United States
 
ZIP Code
70117-4698
 
Solicitation Number
HSCG2918-Q-CardAccess
 
Archive Date
9/1/2018
 
Point of Contact
Jamy R. Pickett, Phone: 5043652458
 
E-Mail Address
jamy.r.pickett@uscg.mil
(jamy.r.pickett@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SOW Electronic Card Access Lock System Description(s): The U.S. Coast Guard intends to procure an Electronic Card Access Lock System at Sector New Orleans, La. This notice is a combined synopsis/solicitation for a commercial item in accordance with Federal Acquisition Regulation 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. Therefore, please read this entire notice, the instructions herein, and the attachment documents carefully. This is a local set aside for the vicinity of the contract performance location. SCOPE: Electronic card access lock system, complete and including components stated in the attached Statement of Work (please see for more details). Site visit appointments can be scheduled with Jamy Pickett 504-365-2458, Mon-Fri 9:00AM-3:00PM. Appointments need to made 24-48 hours before requested date/time, and a valid ID is required for access. HOW TO RESPOND: In order to compete for this project, interested parties must demonstrate that they are qualified to perform the work by providing a brief (20 pages or less) Technical and Cost Proposal by 3:00 CST, August 17th, 2018. All questions regarding this request for quotes must be submitted in writing via fax or email. Telephone inquiries are strongly discouraged. Technical proposals must include: (1) Specific approach in meeting requirements outlined in the services and compatibility of system/process with existing agency configuration. (2) Past performance history (current or within the last 18 months) on projects similar in scope and nature, with specific references (including project identifier/contract number and description, period of performance, dollar amount, client name and current telephone number). References will be checked to validate the information provided and to determine reliability/dependability. (3) Key personnel (those who would have the primary responsibility for performing and/or managing the project) with relevant qualifications and specific experience. Cost Proposal: Provide Firm Fixed-Price. Offerers must submit an original and one copy of the proposal to Jamy Pickett, USCG Sector New Orleans, 200 Hendee St, New Orleans, La 70114. Electronic transmissions to jamy.r.pickett@uscg.mil are PREFERED, but must be timely. Proposal Evaluation Criteria:(1) LPTA (2) Delivery date (3) Past performance of your organization, including adherence to schedules and budgets, the acceptability of previous products delivered, effectiveness of program management, and the offerer's willingness to cooperate with the customer in both routine matters and when confronted by unexpected difficulties. (4) Technical approach. (5). This will be a Best-Value award determination. Price, Delivery date, Past Performance, and technical data will all be determining factors in this solicitation. The following Federal Acquisition Regulations clauses are incorporated by reference: 52.212-3, Offerer Representations and Certifications-Commercial Items (SEPT 07) 52.212-4, Contract Terms and Conditions-Commercial Items (Feb 2007). 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Sept 07). 52.222-3, Convict Labor (June 2003). 52.222-26, Equal Opportunity (Aug 2007). 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Sept 2006). 52.222.36, Affirmative Action for Workers with Disabilities (June 1998). 52.222-37, Employment Reports on Special Disabled Veterans, Veterans for the Vietnam Era, and Other Eligible Veterans (Sept 2006). 52.225-13, Restrictions on Certain Foreign Purchases (FEB 2006). 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). 52.222-41, Service Contract Act of 1965, as Amended (July 2005). 52.222-44, Fair Labor Standards Act and Service Contract Act?XPrice Adjustment (Feb 2002). 52.232-18, Availability of Funds (Apr 1984). Offerors can retrieve these clauses on the INTERNET at www.arnet.gov. Questions about this requirement must be in writing and submitted by mail or e-mail. Telephone inquiries are strongly discouraged. All inquiries must include the solicitation number, your full name, organization name, address, phone and fax numbers, and must be received by 3:00 CST, August 17th, 2018. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above. Place of Contract Performance: Coast Guard Sector New Orleans 200 Hendee St New Orleans, La 70114 United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGISCNO/HSCG2918-Q-CardAccess /listing.html)
 
Place of Performance
Address: Coast Guard Sector New Orleans, 200 Hendee St, NEW ORLEANS, Louisiana, 30114, United States
Zip Code: 30114
 
Record
SN05031667-W 20180812/180810230933-950050fe8e355784e5abc1a3c15e2cdb (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.