Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 17, 2011 FBO #3553
SOLICITATION NOTICE

R -- MEMBERSHIP DUE TO CRS - 11-Q-P45XH9

Notice Date
8/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
 
ZIP Code
21226-5000
 
Solicitation Number
HSCG40-11-Q-P45XH9
 
Archive Date
9/6/2011
 
Point of Contact
Kathleen Lobasso, Phone: 410-762-6494, Robert Orofino, Phone: 410-762-6503
 
E-Mail Address
kathleen.k.lobasso@uscg.mil, Robert.R.Orofino@uscg.mil
(kathleen.k.lobasso@uscg.mil, Robert.R.Orofino@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
SOLE SOURCE STATEMENT OF WORK (i) This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. (ii) Solicitation number HSCG40-11-Q-P45XH9 applies, and is issued as a Request for Quotation. (iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-51 (April 2011). (iv) The U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm-Fixed Price purchase order on a sole-source basis. The U.S. Coast Guard intends to negotiate and make award to MARIN. The North America Industry Classification System (NAICS) code is 541330 and the business size standard is $18.5 Million. This synopsis/solicitation is issued pursuant to FAR 6.203-1 and HSAM 3006.302-1. The resultant purchase order will be awarded using Simplified Acquisition Procedures in accordance with FAR 13. It is anticipated that a non-competitive, sole source purchase order shall be awarded as a result of this synopsis/solicitation. It is the Government's belief that only Marin has the capability to provide the Government's requirements as the products from this effort are proprietary to the membership and not available to the public. Concerns having the expertise and required capabilities to provide the requirements of this solicitation are invited to submit complete information discussing the same within 5 calendar days from the day this notice is posted. (v) The following Contract Line Item Numbers (CLIN's) shall apply: ITEM 1, Cooperative Research Ship Maneuvering in Waves Working Group Dues. QUANTITY: 1 Job. Period of membership is from 10 September 2011 for duration of 1 year. (vi) Requirements for submission of deliverables are contained in the attached Statement of Work for Membership Dues for CRS Maneuvering in Waves Working Group. Please direct all payment and invoicing inquiries to the U.S. Coast Guard FINCEN, Customer Service @ Telephone number 757-523-6940 or Fax No. 757-523-6904 or e-mail address FIN-SMB-CUSTOMERSERVICE@USCG.MIL. (vii) Address for deliverables included with this membership is: Commanding Officer (SFLC-ESD-NAME-NAVARCH), U.S. Coast Guard Surface Forces Logistics Center (Mail Stop 25), 707 E. Ordnance Road, Baltimore, MD 21226-5000. PLEASE PROVIDE PRICING F.O.B. DESTINATION. Quotes submitted other than F.o.b. Destination may not be considered. (viii) Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: 1) company's complete mailing and remittance addresses, 2) discounts for prompt payment if applicable 3) cage code, 4) Dun & Bradstreet number, 5) Taxpayer ID number and 6) Pricing and delivery in accordance with paragraph (ix) below. All responsible sources may submit a quotation, which if timely received, shall be considered (ix) Evaluation of Offers: Price and conformance to the requirements of this synopsis/solicitation are evaluation factors. This is a commercial item acquisition. Award may be made to other than the lowest price. Award will be a best value decision. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation and provides the Government with the best value. However; the Government reserves the right to make more than one award. The evaluation and award procedures in FAR 13.106 apply. (x) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Apr 2011) with Alt 1 (attached) are to be submitted with your offers. (xi) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2010) applies to this acquisition. The following addendum applies: Address for submission of invoices is U.S. Coast Guard YARD, P.O. Box 4122, Chesapeake, VA 23327-4122. (xii) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Apr 2011). The following clauses listed in FAR 52.212-5 are incorporated: FAR 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(31 U.S.C. 3332). Contractor shall be registered in CCR before receiving award. (xiii) Not Applicable. (xiv) Not Applicable. (xv) QUOTES ARE DUE BY 2:00 PM EST on 22 AUGUST 2011. Quotes may be faxed (410) 762-6640 or emailed to Kathleen.k.lobasso@uscg.mil (xvi) POC is Kathleen Lobasso, Purchasing Agent, 410-762-6494
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-11-Q-P45XH9/listing.html)
 
Record
SN02534545-W 20110817/110815235206-75ae280232f876f848db396d9e8bdf8e (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.