MODIFICATION
63 -- Security Gate Installation- New London
- Notice Date
- 7/31/2012
- Notice Type
- Modification/Amendment
- NAICS
- 561621
— Security Systems Services (except Locksmiths)
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer (a-3), Headquarters Support Command, U.S. Coast Guard Headquarters, 2100 Second Street, SW, Room B411, Washington, District of Columbia, 20593-0001, United States
- ZIP Code
- 20593-0001
- Solicitation Number
- HSCGG812QPJH046
- Archive Date
- 8/21/2012
- Point of Contact
- Moe FILALI, Phone: 202-372-4071
- E-Mail Address
-
Mohamed.filali@uscg.mil
(Mohamed.filali@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- DESCRIPTION: DESCRIPTION: The U.S. Coast Guard intends to purchase the service of a contractor to replace the stations front gate with the installation of a V-Mag linier induction motor drive system to meet security requirements in our sector in accordance with the attached Statement of Work. The new gate will include: QTY (1) V-MAG High Velocity magnetic operator model VM1220 (1) V-MAG Stainless Steel Control Cabinet (1) V-MAG Heater with thermostat (2) Safety Loops with Detectors (1) Free exit/safety loop with Detectors (1) Safety photo beam with steel boxes (2) Radio controlled safety edges (5) 4 inch O.D. Full weight black vinyl coated gate posts in concrete footings (1) 28' 2" Open x 8'+ 1' High Black vinyl coated fortress structural Cantilever Slide Gate Manufactured by Tymetal corp. -All necessary gate hardware for V-MAG gate operator -Remove debris off site CHANGE: In the statement of work section 2.2 for scope I need the wording "Contractor shall use existing gate when practicable and retrofit it with a linear induction Motor (LIM) drive system." Removed. A retrofit will not work and would void any warranty from manufacture. Thank you. In order to comply with the requirements in this Solicitation # HSCGG812QPJH046, the responses should be based on our interpretation of the general requirements provided below. Interested persons may identify their interest and capability to respond to the requirement and submit quotations. This notice of intent is a request for competitive quotes and, all quotes received within time and date on this solicitation will be considered by the Government. Information received will be considered for the purpose of determining and conducting a competitive procurement. HOW TO RESPOND: In order to compete for this project, interested parties must be registered in the Central Contracting Registration and submit a price quotation by 3 pm, ET, August 6th,2012. Contractors may either submit one copy of the quote to MOHAMED FILALI, SILC- DET Washington, Room 1615, 2100 Second St. SW, Washington, DC 20593 by mail, fax (202-372-4905) or preferably by email. Electronic transmissions to Mohamed.Filali@uscg.mil are acceptable, but must be timely. It is the responsibility of the contractor to ensure the proposal is received by the date and time shown above. Site Visits should be scheduled at the earliest with the technical POC stated below Evaluation Criteria: Award based on lowest technically-acceptable price The following Federal Acquisition Regulations clauses are incorporated by reference: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Mar 2005), 52.212-4 (Sept 2005), 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Aug 2006). (6)(i) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). Contractors can retrieve these clauses on the INTERNET at www.arnet.gov. Questions about this requirement must be in writing and submitted by fax or e-mail ONLY. Telephone inquiries are STRONGLY discouraged. All inquiries must include the solicitation number, your full name, organization name, address, phone and fax numbers, and must be received before 3:00 pm, ET, August 6th,2012 in writing. Point of Contact for Site Visits: MK1 Palmisano Civil Engineer USCG Station New London 100 Bowditch Street New London, CT 06320 Phone: 860-442-4471 In order to comply with the requirements in this Solicitation # HSCGG812QPJH046, the responses should be based on our interpretation of the general requirements provided below. Interested persons may identify their interest and capability to respond to the requirement and submit quotations. This notice of intent is a request for competitive quotes and, all quotes received within time and date on this solicitation will be considered by the Government. Information received will be considered for the purpose of determining and conducting a competitive procurement. HOW TO RESPOND: In order to compete for this project, interested parties must be registered in the Central Contracting Registration and submit a price quotation by 3 pm, ET, July 31st,2012. Contractors may either submit one copy of the quote to MOHAMED FILALI, SILC- DET Washington, Room 1615, 2100 Second St. SW, Washington, DC 20593 by mail, fax (202-372-4905) or preferably by email. Electronic transmissions to Mohamed.Filali@uscg.mil are acceptable, but must be timely. It is the responsibility of the contractor to ensure the proposal is received by the date and time shown above. Site Visits should be scheduled at the earliest with the technical POC stated below Evaluation Criteria: Award based on lowest technically-acceptable price The following Federal Acquisition Regulations clauses are incorporated by reference: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Mar 2005), 52.212-4 (Sept 2005), 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Aug 2006). (6)(i) 52.222-26, Equal Opportunity (Apr 2002) (E.O. 11246). (18) 52.222-35, Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (19) 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793). (20) 52.222-37, Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans (Dec 2001) (38 U.S.C. 4212). (31) 52.232-33, Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332). Contractors can retrieve these clauses on the INTERNET at www.arnet.gov. Questions about this requirement must be in writing and submitted by fax or e-mail ONLY. Telephone inquiries are STRONGLY discouraged. All inquiries must include the solicitation number, your full name, organization name, address, phone and fax numbers, and must be received before 3:00 pm, ET, July 31st,2012 in writing. Point of Contact for Site Visits: Chris Palmisano 860- 442- 4471
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COA3HSC/HSCGG812QPJH046/listing.html)
- Place of Performance
- Address: NEW LONDON, Connecticut, 06320, United States
- Zip Code: 06320
- Zip Code: 06320
- Record
- SN02821240-W 20120802/120731235710-a50cafa6c275299af388eadd9c23dde7 (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 |