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

36 -- DUST CONTROL BOOTH - statement of work

Notice Date
8/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
333411 — Air Purification Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, HU25, HH65, H60J, C130, ESD, IOD, ISD, CASA or ALD, Elizabeth City, North Carolina, 27909-5001, United States
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-11-Q-200154
 
Point of Contact
Debora J. Plymel, Phone: 2523345372, David W. Allen, Phone: 2523356644
 
E-Mail Address
debora.j.plymel@uscg.mil, david.w.allen@uscg.mil
(debora.j.plymel@uscg.mil, david.w.allen@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
statement of work Federal Business Opportunities 1. Action Code: K 2. Send to Fed Biz Ops: Yes 3. Date: 8/15/11 4. Classification Code: 36 - SPECIAL INDUSTRY MACHINERY 5. Contracting Office Address: USCG Aviation Logistics Center SRR Procurement 1664 Weeksville Road Elizabeth City, North Carolina 27909-5001 6. Title: DUST CONTROL BOOTH 7. Response Date: 8/30/11 8. Primary Point of Contact: DEBORA PLYMEL 9. Secondary Point of Contact: GAIL PAYNE 10. Solicitation Number: HSCG38-11-Q-200154 11. Reference Number: N/A 12. Description: This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Parts 12.6 and 13, as supplemented with additional information included in this notice. Solicitation number HSCG38-11-Q-200154 is issued as a Request for Quote (RFQ). This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The applicable North American Industry Classification Standard Code is 333411. The small business size standard is 500 employees. This is a small business set aside solicitation. The US Coast Guard Aviation Logistics Center intends to award a firm fixed price purchase order for all labor, materials, equipment, transportation, supervision, and accessories necessary for the complete and operational installation of 1ea high performance dust control booth. The unit will be installed at ALC, SRR Division, Hangar 75, Shop 653, Elizabeth City, NC 27909. All responsible businesses may submit a quotation, which if timely received shall be considered by the USCG. The government will award a firm fixed price purchase order resulting from the RFQ to the responsible quoter whose conformance to the RFQ will be most advantageous to the government, price and other factors considered which are identified in the attached Statement of Work. Strict guidelines from the USCG Safety Officers and OSHA are provided in the SOW and will not be compromised or altered. The SOW describes booths dimension, installation and delivery requirements. A site visit is required prior to award at no cost to the Government. All contractual and technical questions may be directed to Debora.J.Plymel@uscg.mil and will be forwarded to the correct technical advisor for a timely response. Please submit all applicable specifications IAW attached SOW. All specifications must be approved by USCG prior to award. Award is anticipated prior to August 30, 2011. The following FAR provisions/clauses are incorporated by reference: 52.212-1 Instructions to Offerors-Commercial Items (JUN 2008) 52.211-14 Notice of Priority Rating for National Defense Use, Emergency Preparedness and Energy Use Program (APR 2008) DO rated. 52.212-3 Offeror Representations and Certifications-Commercial Items (MAY 2011)-(ii) Alternate I(APR 2011) Offerors shall complete only paragraph (b) 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 paragraph (c) through (o) of this provision. 52.212-4 Contract Terms and Conditions-Commercial Items (JUN 2010) with the following included by Addendum: 52.252-2 Clauses Incorporated by Reference (FEB 1998). This solicitation 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 the clause may be accessed electronically at Internet address: https://www.acquisition.gov/far/. 52.204-4 Printed of Copied Double-Sided on Recycles Paper (MAY 2011). 52.246-15 Certificate of Conformance (APR 1984). 52.212-5 Contract Terms and Conditions Required to implement Statutes or Executive Orders-Commercial Items (AUG 2011). (a)(1) 52.222-50, Combating Trafficking in Persons (Feb 2009), Alternate I (Aug 2007) of 52.222-50. (2) 52.233-3, Protest After Award (AUG 1996). (3) 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004). (b) (4) 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Jul 2010). (6) 52.209-6, Protecting the Government's Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment (DEC 2010). (7) 52.209-10 Prohibition on Contracting with Inverted Domestic Corporations (MAY 2011). (21)52.219-28, Post Award Small Business Program Rerepresentation (Apr 2009). (24) 52.222-3, Convict Labor (June 2003). (25) 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jul 2010). (26) 52.222-21, Prohibition of Segregated Facilities (Feb 1999). (27) 52.222-26, Equal Opportunity (Mar 2007). (28) 52.222-35, Equal Opportunity for Veterans (Sep 2010). (29) 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010). (30) 52.222-37, Employment Reports on Veterans (SEP 2010). (34) 52.223-15, Energy Efficiency in Energy consuming Products (DEC 2007). (36) 52.223-18, Contractor Policy to Ban Text Messaging While Driving (AUG 2011). (37)52.225-1, Buy American Act-Supplies (Feb 2009). (40)52.225-13, Restriction on Certain Foreign Purchases (June 2008). (45) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003). Closing date and time for receipt of offers is 30 August 2011, 4:30 P.M., EST. E-mail quotes are preferred and may be sent to Debora.J.Plymel@uscg.mil. Please indicate HSCG38-11-Q-200154 in subject line. Quotes may also be faxed to 252-334-5240, or mailed to the following address: USCG ALC 1664 Weeksville Road SRR Hangar 75, HSCG38-11-Q-200154 Attn: Debora Plymel Elizabeth City, NC 27909 NOTICE FOR FILING AGENCY PROTESTS It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time-consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the General Accountability Office (GAO). Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum, rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the contracting officer or Ombudsman. Informal forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the cognizant contracting officer. If the contracting officer is unable to satisfy the concerns, the interested party is encouraged to contact the USCG Ombudsman for Agency Protests. Under this informal process, the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, contracting officer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the contracting officer through open and frank discussions. If the protester's concerns are unresolved, an independent review is available by the Ombudsman. The protester may file a formal agency protest to either the contracting officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103. If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. This will not preclude re-filing of the protest to meet the requirement. To be timely, protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted to: Department of Homeland Security United States Coast Guard (CG-9131) Ombudsman Program for Agency Protests 1900 Half Street, SW, Room 11-0602 Washington, D. C. 20593-0001 FAX: 202.475.3904 The Ombudsman Hotline telephone number is 202.372.3695.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-11-Q-200154/listing.html)
 
Place of Performance
Address: United States Coast Guard Base, Elizabeth City, North Carolina, 27909, United States
Zip Code: 27909
 
Record
SN02535249-W 20110817/110815235918-b31757e5120a160eb70dc3b987373b8c (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.