Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 30, 2016 FBO #5333
SOLICITATION NOTICE

20 -- Containers for the FRC Ship Service Diesel Generator - RFQ Attachments

Notice Date
6/28/2016
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332439 — Other Metal Container Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, 2703 MARTIN LUTHER KING JR AVE SE, STOP 7828, Washington, District of Columbia, 20593-7828, United States
 
ZIP Code
20593-7828
 
Solicitation Number
HSCG23-16-Q-PAP020
 
Archive Date
8/6/2016
 
Point of Contact
Nichol Fitzpatrick, Phone: 4105907009
 
E-Mail Address
nichol.a.fitzpatrick@uscg.mil
(nichol.a.fitzpatrick@uscg.mil)
 
Small Business Set-Aside
Woman Owned Small Business
 
Description
Attachment 3 - Provisions & Clauses Attachment 2 - FRC SSDG LLRC Pricing Worksheet Attachment 1 - FRC SSDG LLRC SOW PLEASE READ THIS NOTICE IN ITS ENTIRETY INCLUDING ATTACHMENTS BEFORE CONTACTING THE POC WITH QUESTIONS/COMMENTS. THANK YOU. 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; quotations are being requested and a written solicitation will not be issued. The solicitation Number HSCG23-16-Q-PAP020 is being issued as a Request for Quote (RFQ). This announcement incorporates provision and clauses in effect through Federal Acquisition Circular 2005-88 and as supplemented with additional information included in this notice. This procurement is 100% set-aside for Woman Owned Small Businesses. The NAICS code for this procurement is 332439 with a size standard of 500 employees. The US Coast Guard Asset Project Office intends to award a single Firm-Fixed Price Contract for the design and build of Long Life Reusable Containers (LLRCs) for the Fast Response Cutter (FRC) Ship Service Diesel Generator (SSDG) in accordance with the attached Statement of Work (SOW) (Attachment 1). All containers shall be delivered FOB Destination to: United States Coast Guard Surface Forces Logistics Center Receiving Room, Bldg. 88 2401 Hawkins Point Road Baltimore, MD 21226 The following FAR Clauses and Provisions apply to this solicitation. Vendors may obtain full text versions of these clauses and provisions electronically at http://www.arnet.gov/far. FAR 52.204-7 System for Award Management; FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2015); FAR 52.212-2 - Evaluation Factors - Commercial Items (Oct 2014); (a) The Government will award a contract resulting from this solicitation to the responsible vendor whose quote, conforming to the solicitation, will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers (1) Technical Capability, (2) Price, and (3) Past Performance. Award will be made to the vendor whose quote is the lowest price technically acceptable. (1) Technical Capability is defined as the documented capability to meet the minimum requirements of the project as specified in this solicitation and Attachment 1, including evidence of the vendor's capability to provide the items specified and the ability to meet or exceed the specified delivery schedule. It is incumbent upon the vendor to submit sufficient documentation and information for the Government to determine technical capability and quoted price. Failure to submit sufficient information for the government to determine technical capability and quoted price may be cause for rejection of your quote. (2) Price - Vendors shall provide fill out Attachment 2 - FRC SSDG LLRC Pricing Worksheet and return it with their quote. Quotations for less than the required items will not be accepted. The Government will evaluate quotes for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that a quote is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). In addition to completing Attachment 2, vendors must have a valid DUNS number, be registered with the System for Award Management (SAM) and shall provide the company Tax Information Number (TIN) with their quote. (3) Past Performance - Vendors are not required to submit past performance information. The Government will use the information it obtains from sources such as publically available reports and/or data from the Past Performance Information Retrieval System (PPIRS) to evaluate past performance. Vendors without a record of past performance or for whom information on past performance is not available shall receive a neutral rating. A neutral rating or better is considered acceptable for the past performance factor. FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Apr 2016) - A vendor shall complete only paragraphs (b) of this provision if the vendor has completed the annual representations and certificates electronically via http://www.acquisition.gov. If a vendor has not completed the annual representations and certifications electronically at the System for Award Management (SAM) website (www.sam.gov), the vendor shall complete only paragraphs (c) through (o) of this provision; FAR 52.212-4 Contract Terms and Conditions - Commercial Items (May 2015); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders (Jun 2016) applies to this acquisition, and is included with Attachment 3 - Provisions & Clauses with the applicable clauses marked. All technical inquiries and questions relating to this RFQ are to be submitted to Nichol Fitzpatrick via e-mail at nichol.a.fitzpatrick@uscg.mil by July 8. Responses to questions will be provided via RFQ amendment. A formal notice of changes, if applicable, will be issued in FedBizzOpps (www.FBO.gov) via amendment(s). It is each vendor's individual responsibility to monitor the FBO system for changes. The POC for this requirement is Nichol Fitzpatrick, Contracting Officer, phone (410) 590-7009 and email nichol.a.fitzpatrick@uscg.mil. Quotes shall be emailed to the POC and are due no later than 12:00 PM EST, July 22, 2016.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-16-Q-PAP020/listing.html)
 
Record
SN04164239-W 20160630/160628234547-f0276f75f6f89d3bf4ae738207f0eafb (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.