SOLICITATION NOTICE
99 -- Emergency Towing System - Package #1
- Notice Date
- 8/3/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336399
— All Other Motor Vehicle Parts Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Base Support Unit Seattle, 1519 Alaskan Way, South, Seattle, Washington, 98134-1192, United States
- ZIP Code
- 98134-1192
- Solicitation Number
- 2112RFQS63255
- Archive Date
- 9/4/2012
- Point of Contact
- Deborah Cefaratti, Phone: 206-217-6052, Greg M. Hermsen, Phone: 2062176370
- E-Mail Address
-
Deborah.S.Cefaratti@uscg.mil, gregory.m.hermsen@uscg.mil
(Deborah.S.Cefaratti@uscg.mil, gregory.m.hermsen@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Requirements Statement Cover Sheet RFQ-SF18 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. The following identifies the functional requirements which meet the government's requirements. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The incorporated document and provisions and clauses are those that are in effect through Federal Acquisition Circular 2005-60. Solicitation Number RFQS63255 is issued as a request for proposal (RFP). This action is set-aside for small business. The associated North American Industry Classification System Code is 336399 with a small business standard of 750. This procurement is a Full and Open Procurement. All responsible sources may submit an offer which shall be considered by the agency. Delivery shall be FOB Destination; including any shipping fees into the cost of the products(s). Offerors are encouraged to use their standard form for quoting purposes. Offerors hall provide the information required by FAR 52.212-1 (Feb 2012) (FAC 2005-55) Instruction to Offerors-Commercial Items, which is incorporated by reference. If the end product(s) offered is other than domestic end product(s) as defined in the clause "Buy American Act Supplies" the offeror shall so state and shall list the country of origin. Offers are being requested to be submitted via email to Deborah.S.Cefaratti@uscg.mil prior to the deadline stated below. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and any amendments (if any). Accounting and Appropriation Data Accounting and appropriation date will be provided on the order. Contractors must have valid DUNS number, and be registered with CCR (Central Contractor Registration) www.ccr.gov. The following Federal Acquisition Regulation (FAR), and Homeland Security Acquisition Regulation (HSAR) provisions and clauses apply: FAR 52.212-1 Instructions to Offerors-Commercial Items (Feb 2012) (FAC 2005-55), FAR 52.212-2 Evaluation-Commercial Items (Jan 1999) award will be made to the offeror proposing the best value to the Government considering price, delivery, and past performance, and quality. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Apr 2012) (FAC 2005-57). These certifications must be included with proposal and can be assessed and downloaded via FEDBIZOPS with this RFP. FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (Apr 2012) (FAC 2005-55). The full text of these provisions and clauses may be accessed electronically at http://www.arnet.gov/far (FAR Clauses) and http://farsite.hill.af.mil.vfhsar1.htm (HSAR clauses) PLEASE NOTE NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This Solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 prospective contractors are required to submit annual representations and certifications via the Online Representations and Certifications Application (ORCA) at http://orca.bpn.gov. Please ensure completion prior to submission of your quote. HSAR 3052.209-70 Prohibition on contracts with corporate expatriates (JUN 2006) FAR 52.212-5, Contract Terms and Conditions To Implement Statutes or Executive Orders Commercial Items (Jul 2012) (FAC 2005-60) FAR 52.222-3 Convict Labor (June 2003) (E.O. 11755) FAR 52.222-21 Prohibition of Segregated Facilities (Feb 1999) FAR 52.222-26 Equal Opportunity (Mar 2007) (E.O. 11246) FAR 52.232-33 Payment by Electronic Funds Transfer-Central Contractor Registration (Oct 2003) (31 U.S.C. 3332) Selection and award will be made to that offeror whose offer will be most advantageous to the Government, with consideration given to factors of proposed price, and best delivery schedule. It is critical that offerors provide adequate details to allow evaluation of their offer. Proposals may be submitted on company letterhead stationary and must include the required information: All proposals are due no later than August 20th, 2012 All proposals are due no later than 3:00pm, local Seattle, Washington time. All proposals to be e-mailed to Ms. Deborah Cefaratti at Deborah.S.Cefaratti@uscg.mil. No faxes will be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGISCS/2112RFQS63255/listing.html)
- Place of Performance
- Address: U.S. Coast Guard, 915 Second Ave, Seattle, Washington, 98174, United States
- Zip Code: 98174
- Zip Code: 98174
- Record
- SN02826603-W 20120805/120803235539-3440c2ed9b89df209e5c3e229e4db329 (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 |