Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 26, 2010 FBO #3105
SOLICITATION NOTICE

73 -- Fabrication of Stainless Steel Cabinets for Shipboard Beverage Line - Drawings for Line

Notice Date
5/24/2010
 
Notice Type
Presolicitation
 
NAICS
423440 — Other Commercial Equipment Merchant Wholesalers
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Base Support Unit Portsmouth, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23704-2199, United States
 
ZIP Code
23704-2199
 
Solicitation Number
BEAR-RFQ-05-10-0001
 
Archive Date
6/18/2010
 
Point of Contact
Ronald D. Brumble, Phone: 7574838700
 
E-Mail Address
ronald.d.brumble@uscg.mil
(ronald.d.brumble@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
These are the drawings of the line we want to have made. The last pictures is an example of a 2 tier display with access on all sides. Fabrication of Stainless Steel Cabinets for Shipboard Beverage Line This is a solicitation for commercial items prepared in accordance with the format in FAR 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. BEAR-RFQ-05-10-0001 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-37. This is an unrestricted requirement the applicable NAICS code is 423440 and the small business size standard is $15.0M. The FOB Destination delivery is to: USCGC BEAR, 4000 Coast Guard Blvd, Portsmouth, VA 23703 for installation on or before: 12 July 2010. Offers are due at: USCG ISC Portsmouth, 4000 Coast Guard Blvd, Portsmouth VA 23703-2199, by the Close of Business on 02 June, 2010. Questions may be directed to CWO Ron Brumble, Ronald.d.brumble@uscg.mil, telephone 757-483-8700. Email is the preferred method of contact. CGC BEAR has a requirement to purchase: 001 BEVERAGE LINE EQUIPMENT 1 Each modular beverage line: DIM: 1 5'3.5"L x 33"D x 36"H (including legs) Includes: Stainless Steel worktop w/marine edge and backsplash. Drop down for ice maker wl drain trough and removable grate 1 ea.75" Stainless Steel nipple for drain. Dry storage section w/ seven doors and interior shelf. Marine Style, Stainless Steel legs, adjustable from 6" to 715". Two 3" recess's to receive glass and cup stowage. 1 Each Lowerator Cabinet Wall mounted with floor support legs (not to be welded down) 2 - 10"Plate lowerators encased Top mounted sliver war holder for 6 holes 1 Each DC600 Descaler for existing Ice Machine NSN: 4 13 0-0 1-3 89-5263 APL: Consumable 002 - PRE TEST BEV EQUIPMENT Test operate each piece of beverage equipment to be removed from beverage line with shops force witness. Note all discrepancies and obtain signature. Condition reports will be forwarded for any repair approval 003 -EQUIPMENT REMOVAL Equipment removal scope of work: 1. Request tag ours secure water and power to existing equipment on beverage line. 2. Disconnect water and power from each piece of equipment. 3. Bag and tag cable ends. 4. Remove each piece of equipment from counter and turn over to ship for cleaning/storage. 5. Secure water and power to existing bulk ice machine. 6. Remove bulk ice maker and ice bin. Cut up bin as required to make hatchable. 7. Carry bin and bulk maker to pier for Coast Guard disposal. 004 - BEV LINE REMOVAL Bev-Line Scope of work: 1. Remove each counter top and carry to pier for Coast Guard disposal. 2. Unbolt cabinets and legs from deck pads. 3. Cut up cabinets as required to make hatchable. 4. Cary cabinets to pier for Coast Guard removal. 5. Drill out existing 'A" holes in deck pads with 5/16" drill and tap to 3/8-16. 6. Clean up deck and bulkhead area and prep for new install. 005 INSTALL NEW BEV LINE Installation of new beverage line: 1. Drill out holes in flanged feet of new legs to size. 2. Bolt new legs to deck pads using hardware. 3. Lay out bolt pattern on new "C" channel rails and drill out. 4. Bolt "C" channel rails to legs with new hardware. 5. Move cabinet pieces onto ship and assemble. 6. Position new cabinets on rails, drill mounting holes and bolt down 7. Move new counter top onto ship and attach to new cabinets. 006 - RETNSTALL EQUIPMENT Scope of work: 1. Lay out positions of equipment to be reinstalled on counter top. 2. Run new 3/8" water line with 3/8" & 1/4" taps behind new equipment locations as required. 3. Route electrical cables along backsplash to required locations. 4. Install new marine legs on equipment to be installed on counter top. 5. Place equipment on counter top and bolt down. 6. Connect electrical cables to equipment. 7. Connect water lines to equipment. 8. Clear all tags and perform start up on equipment. 007 PROVIDE AND INSTALL 2 TIER DISPLAY Provide and install 2-tier display on existing Bayonne Salad Bar 1 ea 2-Tier display w/ double sided access DIM: 16"W x 25"D x 35"H Make Hatchable refers to the ability to bring the equipment/cabinets down through a hatch. Hatch dimensions are 32” x 32”. Additional contract requirements, terms and conditions, if any {warranties, submittals, financing}: Company’s quotes should include: (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price, availability and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; (12) Company Tax Information Number and DUNS Number. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Quotes may be mailed, faxed or emailed. The following FAR provisions/clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (Jun 2008); there no addenda to this provision. FAR 52.212-2 Evaluation-Commercial Items-Pricing (Jan 1999) is not incorporated. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Jun 2009) with Alt 1 must be included with your offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Mar 2009); there are no addenda to this clause. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Jun 2009). The following clauses listed in 52.212-5 are incorporated, if any: 52.219-6 Notice of Total Small Business Set-Aside (Jun 2003)(15 U.S.C. 644); 52.222-3 Convict Labor (Jun 2003) (E.O. 11755); 52.222-19, Child Labor – Cooperation with Authorities and Remedies (Feb 2008)(E.O. 13126); 52.222-21, Prohibition of Segregated Facilities (Feb 1999); 52.222-26 Equal Opportunity (Mar 2007)(E.O. 11246); 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era (Sep 2006)(29 U.S.C. 793); 52.222-36 Affirmative Action for Workers with Disabilities(Jun 1998); 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era (Sep 2006)(38 U.S.C. 4212); 52.222-41 Service Contract Act of 1965 (Nov 2007)(41 U.S.C. 351, et. seq.); 52.222-43 Fair Labor Standards Act and Service Contract Act – Price Adjustment (Multiple Year and Option Contracts)(Nov 2006)(29 U.S.C. 206 and 41 U.S.C. 351, et. seq.); 52.222-44 Fair Labor Standards Act and Service Contract Act – Price Adjustment (Feb 2002)(29 U.S.C. 206 and 41 U.S.C. 351, et. seq.);52.222-50 Combating Trafficking in Persons (Feb 2009)(22 U.S.C. 7104(g)); 52.223-15 Energy Efficiency in Energy Consuming Products (Dec 2007)(42 U.S.C. 8259b); 52.225-1 Buy American Act – Supplies (Feb 2009)(41 U.S.C. 10a-10d); 52.225-3, Buy American Act-Free Trade Agreements-Israeli Trade Act (Jun 2009); 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008)(E.O. 12722, 12724,13059, 13067, 13121, and 13129); 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21 U.S.C. 3332). The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006). Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGISCP/BEAR-RFQ-05-10-0001/listing.html)
 
Place of Performance
Address: Commanding Officer, USCGC BEAR WMEC 901, 4000 Coast Guard Blvd, Portsmouth, Virginia, 23703, United States
Zip Code: 23703
 
Record
SN02158305-W 20100526/100524234640-a7ad0c44b695a8615e41438bb43b892d (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.