Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 16, 2016 FBO #5319
SOLICITATION NOTICE

J -- Open, Inspect, and Repair - Package #1 - Contrat Clause

Notice Date
6/14/2016
 
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 Sector Houston-Galveston, 9640 Clinton Drive, Houston, Texas, 77029, United States
 
ZIP Code
77029
 
Solicitation Number
29162968S7000
 
Archive Date
7/1/2016
 
Point of Contact
Ronald L Thompson,
 
E-Mail Address
ronald.l.thompson@uscg.mil
(ronald.l.thompson@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Contract Clauses SOW Wage Determination The USCG Sector Houston-Galveston, has a requirement to Open, Inspect, and Repair the following IAW the attached Scope of Work: This is a combined synopsis/solicitation for a commercial service prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-87 (April 2016), 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 238220 and small business will be the primary source. This synopsis/solicitation is issued pursuant to FAR 13.106-1(b),and the resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13. It is anticipated that a competitive selection for this purchase order shall be awarded as a result of this synopsis/solicitation. Quotes may be submitted to ronald.l.thompson@uscg.mil no later than 16 June 2016 and include the following information: I. PRICING: (1) Labor Rate Company will Charge U.S. Government to Repair Items: $ _________ (This rate shall include direct and indirect labor costs associated with the labor rate, overhead, and profit). (2) Inspection Charge per Item: $ __________ (This price shall also be the price the Government will be obligated to pay if any damage is determined to be beyond economical repair). (3) Estimated Labor Charge to Repair Each Item: ____ HRS x $ ________ (Labor Rate) = $ ______ (This cost shall only be used by the U.S. Government to estimate final repair costs. The actual charge will be negotiated based on the inspection report.) (4) Preservation, packaging, and marking: $ ___________(This charge shall be the charge the Government shall be obligated to pay for preservation, packaging, and marking as outlined in the attached Statement of Work / Repair Description.) (5) Mandatory Replacement Parts:(Company shall price all mandatory replacement parts required for the standard repair as listed in attached Statement or Work / Repair Description.) (6) Contingency Replacement Parts: (Company shall price all contingency replacement parts that may be required outside of the standard as listed in the attached Statement of Work / Repair Description.) (7) Replacement cost for new Item (if available): $ ___________ (This price will be used by the government to determine if the unit is beyond economical repair) (8) FOB Origin or FOB Destination: $ ___________ (Company shall indicate shipping terms should a Purchase Order result from the quote.) Deliver to: Sector Houston-Galveston, 13411 Hillard St. Houston, TX 77034 (9) Place of Performance*: ________________________________________________________ *NOTE: A Department of Labor Wage Rate Determination shall be incorporated in the resultant Purchase Order. II. DELIVERY SCHEDULE Our requested delivery schedule is as follows: Inspection Report(s) - __1___ calendar days from the date Government-Furnished Material is inspected. Coast Guard Review - 5 calendar days after receipt of Inspection Reports Repair (when authorized) - ___3____ calendar days after receipt of Contracting Officer's authorization to proceed If the required delivery schedule cannot be met, please indicate a proposed schedule below. III. TEST AND INSPECTION REPORTS shall be submitted IAW attached Scope of Work / Repair Description and include your price to repair each item. IV. EVALUATION Award shall be made without discussion unless the Contracting Officer determines discussions are necessary. Quotations received in response to this synopsis/solicitation shall be evaluated on a best value basis utilizing the following technical, price and price-related factors: 1. Technical Capability. Technical capability shall be evaluated on the company's ability to meet all requirements of this solicitation, based upon attached Scope of Work. 2. Past Performance. Past performance shall be evaluated based on previous contracts completed during the past three years or currently in process for the same type of services that are being solicited under this requirement. Contracts may include those entered into by the Federal Government, agencies of the state and local governments, and commercial customers. The Company shall include past performance information for any major subcontractor to be utilized during performance and must be relevant to the scope of work they may perform under the Purchase Order resulting from this solicitation. 3. Delivery Schedule (if applicable). [Any other factors that may be important to the Government for this solicitation may also be included in this section - i.e. warranty, etc] 4. Price V. CLAUSES AND PROVISIONS The following FAR clauses and provisions apply to this solicitation and are incorporated by reference. FAR 52.212-1, Instructions to Offerors-Commercial Items (Apr 2014); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (May 2014) with Alternate I. Offerors must include a completed copy of FAR 52.212-3 with their quote, or, if an offeror has completed the annual representations and certifications electronically at http://orca.bpn.gov, only paragraph (b) of this provision must be completed. The following FAR Clauses apply to this solicitation. Interested companies may obtain full text versions of these clauses electronically at www.arnet.gov: FAR 52.212-4, Contract Terms and Conditions - Commercial Items (May 2014); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders - Commercial Items (May 2016). FAR 52.212-5 is attached All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with System Award for Management (SAM) and shall provide the company Tax Information Number (TIN) with their offer. DUNS NO: TAX ID:
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7139803588d3cb4311f10b2139666487)
 
Place of Performance
Address: 13411 Hillard Street, Houston, Texas, 77034, United States
Zip Code: 77034
 
Record
SN04149404-W 20160616/160614235133-7139803588d3cb4311f10b2139666487 (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.