Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 05, 2017 FBO #5734
SOLICITATION NOTICE

R -- Mooring System Installation Services - SOW

Notice Date
8/3/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
561990 — All Other Support Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Contracting Office, USCG Research and Development Center, 1 Chelsea Street, New London, Connecticut, 06320-5506, United States
 
ZIP Code
06320-5506
 
Solicitation Number
HSCG32-17-Q-04K37A
 
Point of Contact
Helen Carnes, Phone: 860-271-2843, Anastasia M. Freddino, Phone: 8602712885
 
E-Mail Address
helen.r.carnes@uscg.mil, Anastasia.M.Freddino@uscg.mil
(helen.r.carnes@uscg.mil, Anastasia.M.Freddino@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Non-Disclosure form Mooring System Components Mooring Locations Statement of Work USCG RFQ# HSCG32-17-Q-04K37A This is a combined synopsis/solicitation for commercial items prepared in accordance with FAR Subpart 12.6 and 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and no other written solicitation will be issued. This solicitation is being issued as a Request for Quotation (RFQ).The RFQ clauses and provisions are those in effect through Federal Acquisition Circular 2005-95. The NAICS code for this requirement is 561990, The PSC Code is R499 The following FAR and HSAR Clauses/Provisions apply to this requirement: 52.212-1, 52.212-2, 52.212-3, 52.212-4, 52.212-5, 52.204-10, 52.209-6, 52.222-3, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-50, 52.223-18, 52.225-3 Alt II, 52.225-13 52.232-33, 3052.209-70, 3052.209-79, 3052.247-72. The government intends to make one award. The award will be Firm Fixed Priced Purchase Order. The Government anticipates adequate competition for this acquisition and intends to award a Firm Fixed Price Purchase order. The Government reserves the right to make no award as a result of this RFQ. Source selection will be based on a Low Price, Technically Acceptable (LPTA) basis. Offerors should submit a brief Technical Submission, not to exceed three (3) pages, addressing the Technical Criteria in the Statement of Work (SOW). Responses to the Technical Criteria will be rated either ACCEPTABLE or UNACCEPTABLE. In order to be determined ACCEPTABLE technical submissions must be rated ACCEPTABLE for ALL of the Technical Criteria. INFORMATION TO BE PROVIDED BY THE OFFEROR A. TECHNICAL SUBMISSIONS 1. Schedule Diver Services for the Installation of Environmentally Friendly Buoy Mooring Systems (See SOW for technical specifications) Offerors should address how the contractors will meet the technical requirements in the SOW. TECHNICAL CONFORMANCE TO RFQ/SOW: Failure to include an answer to each requirement in the RFQ/SOW may result in an unacceptable offer. 2. Past Performance Offerors shall provide telephone and e-mail contact information for three references for which they have performed work that is similar in size and scope to that in the SOW. At least one reference must indicate the Offeror has experience installing a Helix Anchor. References will be contacted and asked to rate the quality of the offeror's work on an ACCEPTABLE/UNACCEPTABLE basis. 3. Staff Experience/Certifications Offerors must have staff who have experience installing Helix Anchors under water. All divers shall be (diver cert) certified. B. PRICING / PERIOD OF PERFORMANCE / LOCATION 1. Price: CLIN 0001 Diver Services for the Installation of Environmentally Friendly Buoy Mooring Systems (See SOW for technical specifications) Offerors shall submit firm-fixed pricing for all requirements in the SOW. Quotations will be evaluated for Completeness. Adequate competition is anticipated for this acquisition. The government anticipates award of a Firm Fixed Price Purchase order, but reserves the right to make no award. The offeror's initial quotation shall contain the offeror's best terms from the standpoint of price. The Government intends to evaluate offers and award a Purchase Order without discussions, but reserves the right to conduct discussions if later determined by the Contracting Officer to be necessary. 2. Period of performance / Location The Period of Performance for this award will be date of award through September 30, 2017. The installation shall take place over four day period the week of September 25, 2017. The installation location shall be the Coast of St. Petersburg, Florida Contractor will provide transportation to mooring system locations from USCG Sector St. Petersburg. 3. Security requirements for all Contractor Employees boarding a USCG vessel shall be required to present identification that is in compliance with the Real ID Act (https://www.dhs.gov/real-id). C. ADDITIONAL INSTRUCTIONS 1. SAM registration / Offeror Representations and Certification Prospective Offerors must be registered in the SAM database prior to 08/17/17. Information on registration may be obtained electronically at https://www.sam.gov/portal/public/sam/ or by calling 1-866-606-8220. If currently registered in SAM, please provide DUNS, TIN and CAGE numbers with your quotation. Your SAM Registration must be up to date and you must have no Federal delinquent debt. If the Offeror has not completed FAR 52.2123, Offeror Representations and Certifications - Commercial Items in SAM, the Offeror shall include a completed copy of that provision with their quote. 2. DHS form 11000-6 Non-Disclosure Form: Contractor shall submit a completed DHS form 11000-6 Non-Disclosure Form for all employees who will work on this project. 3. Contractor Questions Questions regarding this requirement shall be accepted until Friday, August 9, 2017 at 2:00 pm Eastern Time. Questions shall be submitted electronically to Anastasia M. Freddino, Anastasia.M.Freddino@uscg.mil. Please include RFQ HSCG32-17-Q-04K37A in the subject of all emails. 4. Due date The closing date for receipt of quotation is: Monday, August 17, 2017 at 2:00 pm Eastern Time. Your quotation shall be provided electronically to the Contract Specialist Helen R. Carnes, Helen.R.Carnes@uscg.mil, with a copy sent to Contracting Officer Anastasia M. Freddino, Anastasia.M.Freddino@uscg.mil. Please include RFQ HSCG32-17-Q-04K37A in the subject of all emails. D. ATTACHMENTS 1. Statement of Work 2. Mooring Locations 3. Mooring System Components 4. DHS form: 11000-6 Non-Disclosure
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGRDC/HSCG32-17-Q-04K37A/listing.html)
 
Place of Performance
Address: The installation location shall be the Coast of St. Petersburg, Florida, Contractor will provide transportation to mooring system locations from USCG Sector St. Petersburg., St. Petersburg, Florida, 33733, United States
Zip Code: 33733
 
Record
SN04612026-W 20170805/170803233134-c2f2bf13cdf5c09e674645b6046aaacc (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.