MODIFICATION
81 -- Develop and Supply Engine Assembly Containers - Amendment 1 Attachments
- Notice Date
- 7/27/2012
- Notice Type
- Modification/Amendment
- NAICS
- 332439
— Other Metal Container Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Asset Project Office Baltimore, 711 E. Ordnance Road, Baltimore, Maryland, 21226, United States
- ZIP Code
- 21226
- Solicitation Number
- HSCG23-12-R-PAP058
- Archive Date
- 8/28/2012
- Point of Contact
- Matthew T. Gross, Phone: 4105907051
- E-Mail Address
-
matthew.t.gross@uscg.mil
(matthew.t.gross@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- FAR Provision 52.212-3 FAR Clause 52.212-5 Attachment 5, Past Performance Questionnaire Attachment 4, USCG Commandant Instruction 4130.6A, CG CM Policy Attachment 3, Department of the Army Technical Bulletin 9-289 Attachment 2, RB-M Engine Assembly Drawing 45-RB-M-084-003 Attachment 1, Statement of Work PLEASE READ THIS NOTICE IN ITS ENTIRETY INCLUDING ATTACHMENTS BEFORE CONTACTING THE POC WITH QUESTIONS/COMMENTS. THANK YOU. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart12.6, 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. The solicitation number is HSCG23-12-R-PAP058 and is issued as a Request For Proposal (RFP). This announcement incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-60 and as supplemented with additional information included in this notice. This acquisition is a 100% set-aside for small business concerns. The NAICS code is 332439 and the small business size standard is 500 employees. The U.S. Coast Guard Asset Project Office (APO) intends on awarding a contract for the purchase of: the development and construction of Response Boat Medium (RB-M) Engine Assembly Containers in accordance with (IAW) the attached Statement of Work (SOW). Vendor shall provide the following in their proposal: Pricing: Line Item 1, Development and First Article Construction (SOW 3.1): $____ Line Item 2, Construction and Delivery of Containers 2-28 (SOW 3.2): Price each $____ x 27 containers = $____ Delivery Schedule Adherence: The vendor shall acknowledge their ability to meet or even beat the delivery schedule in SOW section 3.2.2 and the deliverables timeframe in section 4. Proposals that can't meet these schedules will not be considered technically acceptable. Past Performance: The vendor shall provide 2 past performance references (PP Questionnaire attached) for the same or very similar work as that described in the SOW. The work must be for a Government Entity or commercial business, and within the last 5 years. The questionnaires must be signed by the customer, and they may be contacted by the USCG for further information. Proposals with Unsatisfactory or Poor Past Performance ratings will not be considered technically acceptable. Vendors interested in providing a proposal should submit one to the POC of this notice, preferably by email. Along with your proposal, vendors are required to provide their DUNS and tax ID. Award will be made to the vendor whose proposal is the lowest price technically acceptable. Delivery shall be FOB DESTINATION (ALL delivery charges shall be included in Line Item 2 price!) and IAW section 5 of the SOW. 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 (APR 2012)" and Alt 1 included with their quotation (the provision is attached), or be registered with Online Reps and Certs https://orca.bpn.gov/. FAR Provision 52.212-1, Instructions to Offerors--Commercial Items (FEB 2012), FAR Clause 52.204-7, Central Contractor Registration (APR 2008), FAR Clause 52.212-4, Contract Terms and Conditions--Commercial Items (FEB 2012) are incorporated by reference. FAR Clause 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (JULY 2012) applies to this acquisition, and is attached in full text with applicable clauses marked. A formal notice of changes, if applicable, will be issued in FedBizzOpps (www.FBO.gov) via amendment(s). It is each vendor's individual responsibility to monitor the FBO system for changes. The POC for this requirement is Matthew Gross, Contracting Specialist, phone (410) 590-7051, fax (410) 590-7226, and email matthew.t.gross@uscg.mil. Proposals can be emailed (HIGHLY preferred) or faxed and are due no later than 1PM EST August 13th, 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/ef8b98752f92c757325632c7afdb80c7)
- Place of Performance
- Address: USCG APO, 711 E. Ordnance Rd, Baltimore, Maryland, 21226, United States
- Zip Code: 21226
- Zip Code: 21226
- Record
- SN02818096-W 20120729/120727235929-ef8b98752f92c757325632c7afdb80c7 (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 |