SOLICITATION NOTICE
J -- Overhaul Repair of Navigation Buoys - Performance Work Statement
- Notice Date
- 10/24/2018
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332313
— Plate Work Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG SILC BSS (Shore Infrastructure Logistics Center Base Support and Services), 300 East Main Street, Suite 965, Norfolk, Virginia, 23510-9113, United States
- ZIP Code
- 23510-9113
- Solicitation Number
- 84-19-Q-PBR001
- Archive Date
- 11/15/2018
- Point of Contact
- MICHAEL W. STEPHENSON, Phone: 7576284181
- E-Mail Address
-
michael.w.stephenson@uscg.mil
(michael.w.stephenson@uscg.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- Buoy Spec Overhaul Buoy Diagrams Buoy Performance Work Statment This is a combined synopsis/solicitation for Commercial Items prepared in accordance with provisions of FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation. Proposals/Quotes are being requested and written solicitation will NOT be issued. This solicitation #84-19-Q-PBR001 is issued as a Request for Quotation (RFQ). The incorporated Clauses and Provisions are those in effect through Federal Acquisition Circular 2005-99 and may be obtained electronically at http://www.acquisition.gov/far. This RFQ is being solicited as SET-ASIDE SMALL, WOMAN-OWNED, SERVICE-DISABLED VETERAN-OWNED, HUBZONE, SMALL DISADVANTAGED VETERAN-OWNED, etc. The applicable North American Industry Classification System Code (NAICS) is 332313 and the Small Business Size Standard is 750 Employees. The USCG Shore Infrastructure Logistics Center (SILC) intends to award a Firm-Fixed Price Purchase Order utilizing Simplified Acquisition Procedures in accordance with FAR Part 13 and Policies in accordance with FAR Part 12, Acquisitions of Commercial Items. The intended purchase of services shall be in accordance with attached Performance Work Statement (PWS), Buoy Specs. #121130, 121140, 121174, & 121188 and Specification for Overhaul of Steel Ocean Buoys #507. Contractor shall provide ALL Labor, Materials, Specialized Equipment, Personnel, Supervision and Transportation required to perform Overhaul/Repair and any additional work items for three(3) 8 x 26LR Buoys, final coat will be 2-Red and 1-Green. When providing your price quote, please provide complete cost break-downs for each element, (e.g. material cost, labor cost (when providing labor cost breakdown, please provide number and hours per occupational titles), hourly labor rates and shipping cost. The Contractor shall be able to transport the buoys to and from designated location to Contractor facility. Buoys primary location is Guam. The following Federal Acquisition Regulations (FAR) Provisions and Clauses apply to this RFQ: 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017), 52.212-2, Evaluation - Commercial Items (Oct 2014). The following factors shall be used to evaluate offers: Technical Capability, Past Performance and Price. 52.212-3, Offeror Representations and Certifications - Commercial Items (Nov 2017) (Note: The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual Representations and Certification (Reps & Certs) electronically via the System for Award Management (SAM) website accessed through https://www.sam.gov/portal. If the Offeror has NOT completed the annual Representations and Certifications electronically, the Offeror/Contractor shall complete only paragraphs (c) through (t) of this provision. 52.223-4 Recovered Material Certification (May 2008). A hard copy is no longer required if Offeror/Contractor is SAM Registered. The Government will award a contract resulting from this solicitation that will be the most advantageous to the Government, with technical capability and other factors considered. NO CONSIDERATION WILL BE GIVEN TO ANY QUOTES LACKING THIS, AND ANY OTHER INFORMATION SET FORTH IN THIS SOLICITATION. Federal Acquisition Regulation (FAR) Clauses that applies to this RFQ: 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2017), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2017) applies as follows: (b)(8), (25), (26), (27), (28), (29), (30), (31), (32), (33)(i), (44), (47) and (56) End of Clause. PLEASE READ, COMPLETE, AND PROVIDE ALL INFORMATION REQUESTED IN THIS SOLICITATION PARTICULARLY FAR PROVISION(S) 52.212-1 and 52.212-3. Due to urgency of need, Offerors have up to 5 days after publication of this notice to express their interest. The closing date and time for receipt of offers is 10/31/18 @ 1:00 PM Eastern Standard Time (EST). Email quotes are acceptable and may be emailed to: Michael.W.Stephenson@uscg.mil or Faxed to (757) 628-4231.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/FCPMLCA/84-19-Q-PBR001/listing.html)
- Place of Performance
- Address: Guam, 96910, United States
- Zip Code: 96910
- Zip Code: 96910
- Record
- SN05133218-W 20181026/181024230533-2efb94b0e282b084dfa2055510e63d18 (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 |