SOLICITATION NOTICE
R -- Gas Cylinders, Refills, Inspections and Hydrostatic Testing
- Notice Date
- 4/14/2020 2:00:42 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 325120
— Industrial Gas Manufacturing
- Contracting Office
- TRACEN YORKTOWN(00041) YORKTOWN VA 23690 USA
- ZIP Code
- 23690
- Solicitation Number
- 70Z04120QQW435800
- Response Due
- 4/30/2020 1:30:00 PM
- Archive Date
- 06/30/2020
- Point of Contact
- Juan A. Soto, Phone: 7578562564, KATHERINE M. ROBERTS, Phone: 7578563500 EXT-3102
- E-Mail Address
-
Juan.A.Soto@uscg.mil, KATHERINE.M.ROBERTS@USCG.MIL
(Juan.A.Soto@uscg.mil, KATHERINE.M.ROBERTS@USCG.MIL)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, Acquisition of Commercial Items and FAR Part 13, Simplified Acquisition Procedures, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation and quotes are being requested. The Solicitation 70Z04120QQW435800 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-05 of 30 March 2020. This procurement is a 100% Total Small Business Set-Aside and the associated North American Industry Classification System (NAICS) Code is 325120, Industrial Gas Manufacturing, with Size Standard is 1,000 Employees. The United States Coast Guard (USCG) Training Center Yorktown has a requirement for a Gas Cylinders, refills, inspections and hydrostatic testing per the Performance Work Statement (PWS).� Requirement is for the Base Year plus 4 Option Years. Base Year Period of Performance: 01 June 2020 � 31 May 2021. Option Year One Period of Performance: 01 June 2021 � 31 May 2022. Option Year Two Period of Performance: 01 June 2022 - 31 May 2023. Option Year Three Period of Performance: 01 June 2023 � 31 May 2024. Option Year Four Period of Performance: 01 June 2024 � 31 May 2025. INSTRUCTIONS TO OFFERORS: The contractor shall provide the following in addition to price: capability statement; �performance schedule; past performance information; completed FAR 52.212-3; and, offers' name, address, point of contact name, phone number, fax number, email address, Tax Identification Number (TIN) and DUNS number. Relevant Past Performance information shall be three references within the last five years (5) years and the reference company name, point of contact, telephone number, fax number and email address. This information MUST be current. Failure to submit the completed FAR 52.212-3 may be considered nonresponsive and will not be considered in the evaluation. FAR Part 13 Evaluation Procedures to be used on the basis of award using lowest price technically acceptable approach. Evaluation criteria factors: price, technical, past performance. The Offeror shall submit the following: 1) firm-fixed pricing inclusive of all costs required by this solicitation. Pricing shall include a breakout of Labor, Materials, Travel any other applicable expenses; 2) capability statement in performing the solicitation requirements; 3) performance schedule; and, 4) past performance. Failure to provide all above elements will be determined as a non-responsive quote. The resultant contract from this solicitation will be Firm Fixed Price (FFP). The Offeror must comply with the following Federal Acquisition Regulation (FAR) and Homeland Security Acquisition Regulation (HSAR) Provisions and Clauses for Commercial items incorporated herein by reference.� All clauses and provisions referenced in this announcement may be accessed at the following website free of charge: https://www.acquisition.gov/far and https://www.dhs.gov/publication/hsar. Where Federal Acquisition Regulation clause language is inconsistent with FAR 13.004, Legal Effect of Quotations, that language is hereby tailored in accordance with FAR 12.302 to be consistent with a request for quotations. This tailoring includes, but is not limited to the following: In accordance with FAR 13.004, a quotation is not an offer, and any clause provision to the contrary is hereby modified to be consistent with FAR 13.004. Where the word ""offer/offeror� or a derivative of that word appears, it is changed to ""quote/quoter� or a derivative of that word. An offeror must have a valid DUNS number and must be registered with the SYSTEM FOR AWARD MANAGEMENT (SAM) database per FAR Part 7, System Award Management, before an award can be made. Offerors who are not registered with https://beta.sam.gov/�may be considered nonresponsive and will not be considered in the evaluation. The RFQ document shall be submitted via email in an electronic version in Word, Excel, or Adobe PDF format only.� The file capability of USCG's servers is 10 megabytes (MBs). A quote that is of greater size shall be submitted in multiple transmissions, all of which must arrive by the quote submission deadline.� By submission of its quote, the offeror is asserting that it understands the RFQ, the RFQ attachments, and that there are no exceptions to the RFQ or its attachments in the quote itself. This RFQ shall not be considered direction to proceed with the subject effort. This RFQ is not a promise of future direction to proceed. Offerors are solely responsible for all RFQ submission costs.� All questions concerning this notice/solicitation shall be submitted in writing electronically via email to the Contracting Officer(s) Juan Soto at Juan.A.Soto@uscg.mil and SKC Katherine Roberts at Katherine.M.Roberts@uscg.mil NO LATER THAN 4:30PM EST, THURSDAY April 23, 2020 or your questions may not be answered. Questions & Answers posting will be issued by solicitation amendment. Quotes will only be accepted by email. Any quote received by the US Coast Guard that is not emailed will not be considered for award. All responsible sources may submit a quote electronically via email to Juan Soto at Juan.A.Soto@uscg.mil and SKC Katherine Roberts at Katherine.M.Roberts@uscg.mil, which if timely received, will be considered by the Agency. The closing date and time for receipt of quotes is THURSDAY, 30 APRIL 2020, at 4:30PM Eastern Standard Time (EST).
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ad91f40ba8f44b2291fe9c5d756e0217/view)
- Place of Performance
- Address: Yorktown, VA 23690, USA
- Zip Code: 23690
- Country: USA
- Zip Code: 23690
- Record
- SN05620398-F 20200416/200414230153 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |