SOLICITATION NOTICE
12 -- FIRE RESCUE EQUIPMENT - HSCG40-15-Q-61946
- Notice Date
- 8/12/2015
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 333996
— Fluid Power Pump and Motor Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
- ZIP Code
- 21226-5000
- Solicitation Number
- HSCG40-15-Q-61946
- Archive Date
- 9/8/2015
- Point of Contact
- Kathleen Lobasso, Phone: 410-762-6494, Kimberly Holubec, Phone: 7576284801
- E-Mail Address
-
kathleen.k.lobasso@uscg.mil, Kimberly.R.Holubec@uscg.mil
(kathleen.k.lobasso@uscg.mil, Kimberly.R.Holubec@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- SF 1449 FAR 52.212-5 STATEMENT OF WORK The USCG Surface Forces Logistics Center, Baltimore, MD has a requirement for the following: (1) HYDRAULIC RAM, 1 EACH; (2) HYDRAULIC CUTTER, 1 EACH; (3) HYDRAULIC SPREADER, 1 EACH; (4) HYDRAULIC PUMP, 1 EACH; (5) CORE HOSE GREEN, 1 EACH; (6) CORE HOSE ORANGE, 1 EACH ITEMS WILL BE IN ACCORDANCE WITH THE ATTACHED STATEMENT OF WORK. ALL QUOTATIONS SHOULD BE SUBMITTED WITH SPEC SHEETS FOR THE ITEMS QUOTED FOR REVIEW BY THE TECHNICAL SPECIALIST. PACKING SPECIFICATIONS: COMMERCIAL PACKING ACCEPTABLE. PACKING SHEET MUST REFERENCE THE PURCHASE ORDER NUMBER. Pricing is requested on an F.O.B. Destination basis. Shipping costs shall be included in the price of the item. Delivery is required on or before 09/30/15. Please submit your proposed delivery information for each line item. This is a combined synopsis/solicitation for a commercial item prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-80(March 2015) and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is 333996 and the Small Business Size Standard is 500. This synopsis/solicitation is issued pursuant to FAR 6.203-1 and HSAM 3006.302-1. The resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR Part 13 EVALUATION: Award shall be made without discussions unless the Contracting Officer determines discussions are necessary. Quotations received in response to this synopsis/solicitation shall be evaluated on lowest technically acceptable price. The following FAR Clause provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items; FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (March 2015) with Alternate I. (This clause is contained in Attachment I). Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. The Offeror shall supply at least three (3) contracts completed during the past three years or currently in process for the same services as are being solicited under this solicitation. Contracts listed may include those entered into by the Federal Government, agencies of the state and local governments, foreign governments, and commercial customers. The Offeror shall provide past performance information for any major subcontractor and must be relevant to the scope of work they may perform under the contract resulting from this solicitation. References other than those provided by the Offeror may be contacted by the Government to obtain additional information that shall be used in the evaluation of the offeror's past performance. The Government may waive the submission of past performance information by the offeror if adequate data already exists on file within this office. The following FAR Clauses apply to this solicitation. FAR 52.212-4 Contract Terms and Conditions-Commercial Items. Offerors may obtain full text versions of this clause electronically at www.arnet.gov.; FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items. (This clause is contained in Attachment II) Companies must have valid DUNS numbers, be registered with the System for Award Management (SAM) and shall provide the company Tax Information Number (TIN) with their quote. All responsible sources may submit a quotation, which if timely received, shall be considered by this Agency.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG40-15-Q-61946/listing.html)
- Place of Performance
- Address: N/A, United States
- Record
- SN03836279-W 20150814/150813000425-e70b4c4c3a392cbff64d7812c3b7a10d (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 |