Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 08, 2007 FBO #1900
SOLICITATION NOTICE

99 -- Bird control netting for aircraft hanger

Notice Date
2/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
561710 — Exterminating and Pest Control Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (fp), USCG Integrated Support Command Alameda, Coast Guard Island Building 42, Alameda, CA, 94501-5100, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
21073177AS259
 
Response Due
3/2/2007
 
Description
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 included in this notice. The following identifies the functional requirements which meet the government's requirements. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The incorporated document and provisions and clauses are those in effect through Federal Acquisition Circular _2005-14__. Solicitation Number 21073177AS259 is issued as a request for proposal (RFP). This action is not set aside for small business. This requirement is being synopsized as a full and open competitive acquisition under the North American Industry Classification System code 561710 and the small business standard is 500 employees. The U.S. Coast Guard has a requirement to procure and install "Bird Control Netting" for Air Station Sacramento, McClellan, CA. The contractor is to furnish all labor, supervision, tools, lifting equipment, transportation, materials, and incidentals necessary to install a fully operational bird netting barrier in hangar 1106 at Coast Guard Air Station Sacramento. Install bird spikes to overhead areas that cannot be netted, such as the area of the engine hoists. Each open section of beams to be fitted with 2mm, 7 x 7 steel perimeter cable threaded through clips and secured with 2.5 mm diameter copper ferrules at each anchoring point. Installation is to be 3/4" pigeon barrier polyethylene netting with ring spacing every 2 squares of net. Each panel is to be flat and horizontally aligned covering areas approximately 52,000 square feet across the hangar and approximately 10 foot drop around the perimeter, 8600 square feet. Install necessary amount of zippers where needed for access to hangar light fixtures and all mechanical systems. Full functionality of hangar hoists must be retained. Ability to two multiple HC-130H aircraft in hangar without obstruction is mandatory. Netting shall be constructed with holes no larger than 3/4". Required Delivery Date: Hangar netting to begin installation no earlier that 15 May 2007. Evaluation Factors For Award: The Government will evaluate quotes in response to the request for proposals without discussions and will award a contract to the responsible quoter who quote, conforming to the RFP, will be most advantageous to the Government, such as (1) Capacity to accomplish the work after the required date; (2) Past performance on contracts with government agencies and private industry. A firm fixed price contract is anticipated. If you are interested in a site visit please contact Contracting Officers? Technical Representative Israel Young (916) 643-7642 or Alternate POC Todd Shields (916) 643-7673. Closing date of proposals is Friday, March 2, 2007, 3:00 p.m. PST. Quotes may be F.O.B. Destination or F.O.B. Origin, freight prepaid. F.O.B. quotes must include shipping costs to be considered responsive. For information regarding this request for quotation contact SK3 Steve Heimes (510) 437-5978 or fax (510) 437-2793. All responsible sources may submit an offer which shall be considered. Contractors must have valid DUNS Numbers, and be registered with CCR. The following FAR Subpart 12 provisions and clauses are incorporated by reference: FAR 52.212-1 Instructions to Offerors-Commercial Items (Sep 2006). FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) award will be made to the offeror(s) proposing the best value to the Government considering technical acceptability, past performance, price and delivery. FAR 52.252.2 Clauses Incorporated by Reference (Feb 1998), 52.209-6, Protecting the Government's Interest when Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (Sep 2006), FAR 52.212-4 Contract Terms and Conditions Commercial Items (Sep 2005), FAR 52.232-33 Central Contractor Registration. The clause at 52.204-8 requires that each offeror complete the annual representations and certifications electronically via the Online Representations and Certifications Application (ORCA) website at http://www.bpn.gov. Each offeror shall include a completed copy of the provision at FAR 52.212-3, including alt 1, Offeror Representations and Certifications Commercial Items (Nov 2006) with its quote, FAR 52.212-4 Contract Terms and Conditions Commercial Items (Sep 2005) is incorporated by reference and applies to this acquisition. The clause 52.212-5 Contract Terms and Conditions Required to Implement Executive Orders Commercial Items (Nov 2006) is incorporated by reference, however, for paragraph (b) only the following clauses apply to this acquisition: 52.222-3, Convict Labor (June 2003), 52.222-19 Child Labor Cooperation with Authorities and Remedies (Jan 2006), 52.222-21, Prohibition of segregated Facilities (Feb 1999), 52.222-26, Equal Opportunity (Apr 2002), 52.222-36 Affirmative Action for Workers with Disabilities (Jun 1998), 52.225-1, Buy American Act-Supplies (June 2003), 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Nov 2006), 52.225-13, Restrictions on Certain Foreign Purchases (Mar 2005), 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003), 52.204-7, Central Contractor Registration (Jul 2006), 52.211-8, Time of Delivery (June 1997), 52.243-1 Changes-Fixed Price (Aug 1997), 52.215-5, Facsemile Proposals (Oct 1997), Quotes may be submitted on company letterhead stationary and must include the required information: Nomenclature, Part Number, NSN, Unit Price, Extended Price, Payment Terms and discount offered for prompt payment and must include the required FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Nov 2006) (FAC 2005-06) of which copies can be obtained by downloading the document from www.arnet.gov/far. Quotes are due to SK3 Heimes, Purchasing Agent, email steven.p.heimes@uscg.mil, fax number 510-437-5978, phone number 510-437-2793, Due Date: March 2nd, Time: 1500. Mailed proposals and questions regarding this notice may be sent to: Attn: SK3 Heimes Coast Guard ISC Alameda Coast Guard Island, Bldg 42 Alameda, Ca., 94501
 
Place of Performance
Address: Air Station Sacramento, 6037 Price Avenue, McClellan AFB, CA,
Zip Code: 95652
Country: UNITED STATES
 
Record
SN01226446-W 20070208/070206220241 (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.