Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2011 FBO #3345
SOLICITATION NOTICE

20 -- SHELL AND SUPPORTING STRUCTURE DECKS (ALL EXTERIOR) PRESERVE, GENERAL - SPECIFICATION

Notice Date
1/19/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238320 — Painting and Wall Covering Contractors
 
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
HSCG80-11-Q-P30P44
 
Archive Date
1/30/2012
 
Point of Contact
Kimberly R. Holubec, Phone: 7576284801
 
E-Mail Address
Kimberly.R.Holubec@uscg.mil
(Kimberly.R.Holubec@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
SPECIFICATION FOR DOCKSIDE REPAIRS 87' COASTAL PATROL BOAT USCGC KINGFISHER This combined synopsis/solicitation HSCG80-11-Q-30P44 for commercial items is 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; quotes are being requested and a written solicitation will not be issued. This Request for Quotes incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-44. This is a100% small business set-aside procurement. The NAICS is 2383320 with a size standard of 14.0. A. REQUIREMENT: This requirement is to provide all labor, materials, and equipment to accomplish the work items identified in the attachment entitled "USCGC KINGFISHER DOCKSIDE REPAIRS. B. PERIOD OF PERFORMANCE: is 11 APRIL 2011 TO 24 APRIL 2011 (45) calendar days and will commence on or about 11 APRIL 2011 and complete no later than 24 APRIL 2011. C. PLACE OF PERFORMANCE: All work to be accomplished at 4200 Ocean St. Atlantic Beach, FL 32233. D. DESCRIPTION OF WORK: SEE ATTACHED SPECIFICATION TITLED USCGC KINGFISHER DOCKSIDE REPAIRS. 3. REQUIREMENTS 3.1 S E. As stated below, the provision at FAR 52.212-2, Evaluation-Commercial Items- applies with the following addenda: Award of a contract will be based on the following criteria: The purchase order will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5. 1. Please provide any warranty information. The Government will award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conforming to the solicitation will be more advantageous to the Government, price and other factors considered. Potential sources having the expertise and required capabilities are invited to submit quotations that will be considered by the agency. Quotations should be written and submitted in a legible format. Quotes must contain the contractor's DUNS Number. Quotes must be received not later than 31 January 2011 at 11:00 a.m. Eastern Standard Time. Quotations received after the date and time specified will not be considered. Based on FAR 52.215-5 (Oct 97), quotes may be faxed to: (757) 628-4677 Attn: SK1 Holubec or e-mailed to Kimberly.R.Holubec@uscg.mil. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial items, with their offer. All questions regarding this solicitation should be directed to (757) 628-4801 Attn: SK1 Holubec or e-mailed to Kimberly.R.Holubec@uscg.mil Preserve CGCKingfisher HSCG80-11-Q-30P44 APPLICABLE CLAUSES AND PROVISIONS APPLICABLE CLAUSES AND PROVISIONS The following FAR provisions and clauses apply to this request for quotation and are incorporated by reference and/or full text as required: 52.252-2 CLAUSES INCORPORATED BY REFERENCE (FEB 1998) This contract incorporates one or more clauses by reference, with the same force and effect as if they were given in full text. Upon request, the Contracting Officer will make their full text available. Also, the full text of a clause may be accessed electronically at this address: http://www.arnet.gov/far/index.html FAR 52.204-4 Printed or Copied Double-sided on Recycled Paper (AUG 2000) FAR 52.204-6 Data Universal Numbering System (DUNS) Number (JUN 1999) FAR 52.211-15 Defense Priorities and Allocation System Rating (APR 2008) D0 A3 rating FAR 52.217-5 Evaluation of Options (JUL 1990) FAR 52.222-1 Notice to the Government of Labor Disputes (FEB 1997) FAR 52.223-3 Hazardous Material Identification and Material Safety Data (JAN 1997) Alt I (JUL 1995) FAR 52.233-4 Applicable Law for Breach of Contract Claim (OCT 2004) FAR 52.245-4 Government-Furnished Property (Short Form) (JUN 2003) HSAR 3052.209-72 Organizational Disclosure of Conflicts of Interest HSAR 3052.217-91 Performance HSAR 3052.217-92 Inspection and Manner of Doing Work HSAR 3052.217-93 Subcontracts HSAR 3052.217-95 Liability and Insurance HSAR 3052.217-96 Title HSAR 3052.217-97 Discharge of Liens HSAR 3052.217-98 Delays HSAR 3052.217-99 Department of Labor Safety and Health Regulations for Ship Repair HSAR 3052.217-100 Guarantee HSAR 3052.222-70 Strikes or Picketing Affecting Timely Completion of the Contract Work HSAR 3052.223-90 Accident and Fire Reporting HSAR 3052.242-71 HSAR 3052.242-72 Dissemination of Contract Information Contracting Officer's Technical Representative The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items (JUN 2008) applies (with the exception of paragraph f). Quotes must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications - Commercial Items (Aug 2009), with its offer. The provision at FAR 52.212-2, Evaluation--Commercial Items (JAN 1999) Evaluation and Award: The government intends to award a contract resulting from this solicitation to the responsible offeror whose quote conforming to the solicitation provides the best value to the government. The provision at FAR 52.212-3, Offeror Representations and Certifications--Commercial Items. (Aug 2009). Vendors are required to submit, a completed copy of the provision at Offeror Representations and Certifications - Commercial Items, with their quote. An offeror shall complete only paragraph (j) of this provision if the offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov. If an offeror has not completed the annual representations and certifications electronically at the ORCA website, the offeror shall complete only paragraphs (b) through (i) of this provision. (End of clauses.) The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items (JUN 2010) FAR 52.212-5 -- Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (JULY 2010) (a) The Contractor shall comply with the following Federal Acquisition Regulation (FAR) clauses, which are incorporated in this contract by reference, to implement provisions of law or Executive orders applicable to acquisitions of commercial items: (1) 52.222-50, Combating Trafficking in Persons (FEB 2009) (22 U.S.C. 7104(g)). ____ Alternate I (AUG 2007) of 52.222-50 (22 U.S.C. 7104(g)). (2) 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Pub. L. 108-77, 108-78). (b) The Contractor shall comply with the FAR clauses in this paragraph (b) that the contracting officer has indicated as being incorporated in this contract by reference to implement provisions of law or Executive orders applicable to acquisitions of commercial items: __ (10) (i) 52.219-6, Notice of Total Small Business Set-Aside (JUNE 2003) (15 U.S.C. 644). __ (ii) Alternate I (OCT 1995) of 52.219-6. __ (iii) Alternate II (MAR 2004) of 52.219-6. ____ (21) 52.222-3, Convict Labor (JUNE 2003) (E.O. 11755). __ (22) 52.222-19, Child Labor--Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126). __ (23) 52.222-21, Prohibition of Segregated Facilities (FEB 1999). __ (24) 52.222-26, Equal Opportunity (MAR 2007) (E.O. 11246). __ (25) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212). __ (26) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010) (29 U.S.C. 793). __ (27) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212). __ (30) (i) 52.223-9, Estimate of Percentage of Recovered Material Content for EPA-Designated Items (MAY 2008) (42 U.S.C. 6962(c)(3)(A)(ii)). (Not applicable to the acquisition of commercially available off-the-shelf items.) __ (ii) Alternate I (MAY 2008) of 52.223-9 (42 U.S.C. 6962(i)(2)(C)). (Not applicable to the acquisition of commercially available off-the-shelf items.) (34) 52.225-1, Buy American Act--Supplies (FEB 2009) (41 U.S.C. 10a-10d). __ (37) 52.225-13, Restrictions on Certain Foreign Purchases (JUN 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury). __ (42) 52.232-33, Payment by Electronic Funds Transfer--Central Contractor Registration (OCT 2003) (31 U.S.C. 3332). Prepared & Approved by: ________________________________________ Kimberly R Holubec Storekeeper 1st Class
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-11-Q-P30P44/listing.html)
 
Place of Performance
Address: USCGC KINGFISHER, 4200 OCEAN STREET, ATLANTIC BEACH, Florida, 32233, United States
Zip Code: 32233
 
Record
SN02362254-W 20110121/110119233941-cf15d1b88736e5d4024778caf389b630 (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.