Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 21, 2008 FBO #2460
DOCUMENT

58 -- Repair of WeatherPax - STATEMENT OF WORK - REPAIR

Notice Date
8/19/2008
 
Notice Type
STATEMENT OF WORK - REPAIR
 
NAICS
811213 — Communication Equipment Repair and Maintenance
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Engineering Logistics Center, 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-08-Q-HB447
 
Archive Date
9/9/2008
 
Point of Contact
Florence D. Harwood,, Phone: 410-762-6455
 
E-Mail Address
florence.m.harwood@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items/services prepared in accordance with the format in FAR Part 12.6, as supplemented with additional information included in this notice and pursuant to FAR Part 6.302-1 and HSAM 3006.302-1. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is HSCG40-08-Q-HB447 and is issued as a Request For Quotation (RFQ). This announcement incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-26 and as supplemented with additional information included in this notice. The NAICS code is 811213 and the small business size standard is $6.5 million. It is anticipated that a non-competitive sole source solicitation will be issued for this item to Coastal Environmental, unless additional sources are located. All responsible and responsive sources are invited to express their interest and ability to provide the above-described repairs by written request, via Fax (410)762-6640 or E-Mail to florence.m.harwood@uscg.mil no later than 22 August 2008. The USCG Engineering Logistics Center (ELC) has a requirement for the repair of the following: 1.) NSN 6660-01-470-7062, Weatherpak, Assy with hardwire sensor, Coastal Climate Co Ltd P/N S1568, Quantity of 11each NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY!! Delivery shall be F.O.B. Destination, U.S. Coast Guard Engineering Logistics Center, Baltimore, Maryland 21226. Delivery of repaired equipment is desired within 60 days or sooner. It is intended that the USCG ELC will obtain pricing directly from the manufacturer, Coastal Environmental Systems Inc. or their authorized repair facilities as it is the Government’s belief that they are the only firm(s) that can perform the repairs and ensure the proper fit, form and function of all it’s components. The Government did not procure this information, or the rights to use this information; therefore, it is the Government's intention to solicit and negotiate only with Coastal Environmental or their authorized repair facilities. Concerns having the expertise and required capabilities to provide the service above are invited to submit complete information discussing the same within 5 days of this announcement. This data must include sufficient detailed information to allow the Coast Guard to completely evaluate the quote relative to the above requirements, clearly demonstrate their capability to meet the above requirements, and evidence as an authorized repair facility for Coastal Environmental. The submission of this data for review shall not impede award of a contract. Quotations shall include unit an open and inspect price (inclusive of shipping FOB Destination and packaging/marking and barcoding requirements) OR a firm, fixed repair cost, proposed delivery in days, your company Tax ID number and DUNS Number. The Coast Guard does not intend to pay for information solicited. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Each item to be individually packaged in accordance with ASTM-D3951 and individually marked in accordance with MIL-STD-129. Bar Coding is required. The following FAR Clauses and Provisions apply to this solicitation. Offerors may obtain full text versions of these clauses and provisions electronically at http://www.arnet.gov/far. Offerors are instructed to include a completed copy of Federal Acquisition Regulation (FAR) 52.212-3, "Offerors Representations and Certification--Commercial Items (JUN 2008)" with their JUN 2008). FAR Clause 52.204-7, Central Contractor Registration (FEB 2007) is incorporated by reference. FAR Clause 52.212-4, Contract Terms and Conditions--Commercial Items (FEB 2007). FAR Provision 52.212-2, Evaluation-Commercial Items (Jan 1999); Technical acceptability and pricing are evaluation factors. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (APR 2008) applies to this acquisition and the following clauses cited in the clause are applicable to this acquisition: 52.222-3, Convict Labor (JUN 2003); 52.222-19, Child Labor – Cooperation with Authorities and Remedies (FEB 2008); 52.222-21, Prohibition of Segregated Facilities (FEB 1999); 52.222-26, Equal Opportunity (MAR 2007); 52.222-36, Affirmative Action for Handicapped Workers (JUN 1998); 52.222-50, Combating Trafficking in Persons (AUG 2007); 52.225-1, Buy American Act - Supplies (JUN 2003); 52.232-33, Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2003); 52.222-41, Service Contract Act of 1965, as Amended (JULY 2007); 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989). The following items are incorporated as addenda to this solicitation and will be provided in full text upon request or can be electronically accessed at http://www.dhs.gov.: Homeland Security Acquisition Regulation (HSAR) 3052.209-70, Prohibition on Contract with Corporate Expatriates (JUN 2006). Quotations are due no later than 25 August 2008, 1:00 pm Eastern Standard Time. It is anticipated that an award will be made by 25 August 2008. Submit quote in accordance with FAR Provision 52.212-1. A formal notice of changes, if applicable, will be issued in FedBizzOpps (www.fedbizzopps.gov) via amendment(s). It is each vendor’s individual responsibility to the monitor the EPS system for changes.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=9426828ed036152b1f3b07366093651e&tab=core&_cview=1)
 
Document(s)
STATEMENT OF WORK - REPAIR
 
File Name: STATEMENT OF WORK - REPAIR (STATEMENT OF WORK REPAIR.doc)
Link: https://www.fbo.gov//utils/view?id=a137671697663a66b9a8069cab88039b
Bytes: 53.50 Kb
 
Note: If links are broken, refer to Point of Contact above or contact the FBO Help Desk at 877-472-3779.
 
Record
SN01644605-W 20080821/080819223236-9426828ed036152b1f3b07366093651e (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.