Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 15, 2013 FBO #4282
SOLICITATION NOTICE

N -- REPLACE FLOOR DUCT SYSTEM - RFQ PACKAGE

Notice Date
8/13/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
238220 — Plumbing, Heating, and Air-Conditioning Contractors
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Base Support Unit Portsmouth, 4000 Coast Guard Boulevard, Portsmouth, Virginia, 23704-2199, United States
 
ZIP Code
23704-2199
 
Solicitation Number
HSCG27-13-Q-PCY419
 
Point of Contact
Angel L. Pol, Phone: (757) 483-8541, Edna L. Daniels, Phone: (757) 483-8555
 
E-Mail Address
angel.pol@uscg.mil, edna.l.daniels1@uscg.mil
(angel.pol@uscg.mil, edna.l.daniels1@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Request For Quote Package 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. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. HSCG27-13-Q- PCY419 is issued as a Request for Quotation (RFQ). The incorporated provisions and clauses are those in effect through the Federal Acquisition Circular 2005-67. This is a Total Small Business Set Aside procurement; the applicable NAICS number is 238220 The small business size standard is $14M. The FOB Destination delivery is to: USCG Base Portsmouth (C3CEN), 4000 Coast Guard Blvd, Portsmouth, VA 23703-21999 on or before September 30, 2013. Offers are due at USCG Base Portsmouth, VA, by the Close of Business on August 27, 2013 and must be submitted via email angel.pol@uscg.mil or fax (757) 483-8623. Do "not" submit quotes through FEDBIZOPPS website. Questions may be directed to Angel Pol, telephone (757) 483-8541 or email: angel.pol@uscg.mil Unit POC for technical questions or to arrange a site visit: CWO Pearsall @ (757) 686-4299 The USCG Base Portsmouth has a requirement: The majority of the work will be done beneath the existing raised floor decking which is already installed in Room 121. To facilitate a rapid completion, the Contractor will be allowed to remove the floor tiles and top rails of the decking. The decking uprights shall not be removed for any reason. At the completion of the project and after the work is fully inspected, the Contractor shall replace the top rails and floor tiles. Escorts will be on-site for the duration of the install. 1. Remove the existing metal duct system and dispose of properly. 2. Disconnect the existing 50-ton DATA air computer room system so that it can be raised to facilitate reversing the existing equipment stand so that the air will be discharged toward the data center. Remove any material under deck plates to ensure free flow of air. 3. Design, fabricate and install new sheet metal duct system for return air on one (1) existing 50-ton DATA air computer room system. Duct work shall be constructed of round 24 gauge metal and installed based on equipment performance data. 4. Provide new plenum on top of return air opening and route this air to the "Hot Asiles" of the server racks. 5. Provide restart of unit and check of operation. Company's quotes MUST include: (1) The solicitation number; (2) The time specified in the solicitation for receipt of offers; (3) The name, address, and telephone number of the offeror; (4) A technical description of the items being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. This may include product literature, or other documents, if necessary; (5) Terms of any express warranty; (6) Price, availability and any discount terms; (7) "Remit to" address, if different than mailing address; (8) A completed copy of the representations and certifications at FAR 52.212-3 (Dec 2012), (see FAR 52.212-3(j) for those representations and certifications that the offeror shall complete electronically); (9) Acknowledgment of Solicitation Amendments; (10) Past performance information, when included as an evaluation factor, to include recent and relevant contracts for the same or similar items and other references (including contract numbers, points of contact with telephone numbers and other relevant information); (11) If the offer is not submitted on the SF 1449, include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration; (12) DUNS Number. (13) One copy of current liability insurance certificate (14) One copy of current business/contractor's license All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. Quotes may be mailed, faxed and/or emailed. The following FAR provisions/clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.acquisition.gov/far/ FAR 52.204-7 Central Contractor Registration (Dec 2012) FAR 52.204-8 Annual Representations and Certifications (Jun 2013) FAR 52.204-10 Reporting Executive Compensation and First-Tier Subcontract Awards (Jun 2013) FAR 52.204-13 Central Contractor Registration Maintenance (Dec 2012) FAR 52.212-1 Instructions to Offerors-Commercial Items (Feb 2012); there are no addenda to this provision. FAR 52.212-2 Evaluation-Commercial Items-Pricing (Jan 1999) is incorporated and the evaluation criteria will be pricing and delivery. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (Dec 2012) with Alt 1 must be included with your offer. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (Jun 2013); there are no addenda to this clause. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (Jan 2013). The following clauses listed in 52.212-5 are incorporated: 52.219-1 Small Business Program Representations (Apr 2012) 52.219-6 Notice of Total Small Business Set-Aside (Nov 2011)(15 U.S.C. 644) 52.219-28 Post Award Small Business Program Representation (APR 2012) 52.222-3 Convict Labor (Jun 2003) (E.O. 11755) 52.222-19 Child Labor - Cooperation with Authorities and Remedies (Mar 2012)(E.O. 13126) 52.222-21 Prohibition of Segregated Facilities (Feb 1999) 52.222-26 Equal Opportunity (Mar 2007) (E.O. 11246) 52.222-36 Affirmative Action for Workers with Disabilities (Oct 2010) 52.222-41 Service Contract Act of 1965 (Nov 2007) (41 U.S.C.351, et seq) 52.222-42 Statement of Equivalent Rates for Federal Hires (May 1989) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.) 52.222-43 Fair Labor Standards Act and Service Contract Act-Price Adjustment (Multiple Year and Option Contracts) (Sep 2009) (29 U.S.C. 206 and 41 U.S.C. 351, et seq.) 52.222-50 Combating Trafficking in Persons (Feb 2009) (22 U.S.C. 7104(g)) 52.222-51 Exemption from Application of the Service Contract Act to Contracts for Maintenance, Calibration or Repair of Certain Equipment-Requirements (Nov 2007)(41 U.S.C. 351, et seq.) 52.223-2 Affirmative Procurement of Bio-based Products Under Service and Construction Contracts (Jul 2012) 52.223-15 Energy Efficiency in Energy Consuming Products (Dec 2007) (42 U.S.C. 8259b) 52.223-17 Affirmative Procurement of EPA-Designated Items in Service and Construction Contracts (May 2008) 52.223.18 Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513) 52.225-1 Buy American Act - Supplies (Feb 2009)(41 U.S.C. 10a-10d) 52.225-3 Buy American Act-Free Trade Agreements-Israeli Trade Act (Nov 2012) 52.225-13 Restrictions on Certain Foreign Purchases (Jun 2008)(E.O. 12722, 12724,13059, 13067, 13121, and 13129) 52.225-25 Prohibition on Contracting with Entities Engaging in Sanctioned Activities Relating to Iran - Certification (Dec 2012) 52.232-33 Payments by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(21 U.S.C. 3332). 52.237-11 Accepting and Dispensing of $1 Coin (Oct 2008) 52.249-1 Termination for Convenience of the Government (Fixed Price) (Short Form) (Apr 1984) Department of Labor Wage Determination No: 2005-2543, Revision No: 15, Dated 06/19/2013 and its successors applies. The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006) 3052.212-70 Contract Terms and Conditions Applicable to DHS Acquisition of Commercial Items (Sep 2012) 3052.223.70 Removal and Disposal of Hazardous Substances - Applicable Licenses and Permits (Jun 2006) Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGISCP/HSCG27-13-Q-PCY419/listing.html)
 
Place of Performance
Address: USCG BASE PORTSMOUTH, C3CEN BLDG, PORTSMOUTH, Virginia, 23703-2199, United States
Zip Code: 23703-2199
 
Record
SN03147789-W 20130815/130814000306-f8efdaaa8c3c6b83da411e77a924d93e (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.