Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2018 FBO #6195
SOLICITATION NOTICE

N -- Water Deionization System - NR5 - NR3 - NR1 - NR2 - NR4 - WORK ITEM 1

Notice Date
11/7/2018
 
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) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
2319809P45P45171
 
Archive Date
11/16/2018
 
Point of Contact
Garth Gobbell, Phone: 7576284631
 
E-Mail Address
garth.c.gobbell@uscg.mil
(garth.c.gobbell@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
WORK ITEM 1 NR4 NR2 NR1 NR3 NR5 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information in this notice. This solicitation is issued as a Request for Quote Number 2319809P45P45171. This number is for tracking purposes only. Solicitation documents and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-99. This procurement will be processed in accordance with FAR Part 12. The North American Industry Classification System (NAICS) is 336611. The Small Business Administration (SBA) size standard is 1250. This is a Total Small Business Set-A-Side. NOTE: The USCG/Government reserves the right to Award on an All or None Basis that is the Governemnt may issue a Purchase Order (PO) to the Offeror that submits the lowest aggregate price rather than issue a Purchase Order to each Offeror on the basis of the lowest Quotation on each item. The USCG/Government intends to award a contract resulting from this solicitation to the responsible bidder proposal conforming to the solicitation which will be most advantageous and the Best Value to the Government, price and other factors considered. NOTE: The USCG/Government reserves the right to Award on an All or None Basis that is the Governemnt may issue a Purchase Order (PO) to the Offeror that submits the lowest aggregate price rather than issue a Purchase Order to each Offeror on the basis of the lowest Quotation on each item. PLEASE NOTE: Interested Offeror's are to provide Fixed Price proposals in accordance with the Schedule B by Wed, 14 Nov 2018 at 11:00 AM EST. Firm Fixed Price 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. Email quotes are acceptable and should be sent to POC SKC Gobbell, Email: Garth.C.Gobbell@uscg.mil@uscg.mil. SCHEDULE B: Line Item 1: Contractor shall provide a Conductivity Monitor (with power supply) Model Number Q45C2-2-4-1, Mfg: Analytical Technology, Inc. Contractor shall provide all labor and materials for prototype Installation of Model Number Q45C2-2-4-1 high purity water Deionization System IAW the attached specifications and drawings on USCGC Bear WMEC-270 at the cutters homeport. This will be a stand-alone project during a scheduled cutter dock side required install timeline: 11/14/2018 to 01/03/2019. The install timeline should not exceed 2 weeks, (10 days) during the cutters available timeline as listed previously. Analytical Technology, Inc. Brand Name only. 1 JB Place of Delivery: USCGC Bear (WMEC-901) C/O INTEGRATED SUPPORT CENTER 4000 COAST GUARD BLVD PORTSMOUTH, VA 23703-2199 Date required: completed no later than 1/03/2019 NOTE: All proposals shall specify Equipment Model Number (Q45C2-2-4-1) and Manufacturer (Analytical Technology, Inc.) of the equipment. All proposals not providing a cost breakdown will not be accepted. PROVISIONS / CLAUSES: The following FAR Clauses and Provisions apply to this acquisition: FAR 52.212-1 - Instructions to Offerors - Commercial Items (Jan 2017) 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 (Jan 2017) to include Alt I (Oct 2016). Offeror is to complete the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov. FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Jan 2017) with the following addenda's. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2017) 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 (Oct 2016). 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 (Oct 2016) FAR 52.222-21 - Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26 - Equal Opportunity (Sep 2016) 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 ORCA 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/COUSCGMLCA/2319809P45P45171/listing.html)
 
Place of Performance
Address: USCGC Bear (WMEC-901), C/O INTEGRATED SUPPORT CENTER, 4000 COAST GUARD BLVD, PORTSMOUTH, Virginia, 23703, United States
Zip Code: 23703
 
Record
SN05146051-W 20181109/181107230650-4f9e610e5a83f5a5876867e87dd49556 (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  © 1994-2020, Loren Data Corp.