REPAIR STEAM KETTLE GAYLORD SYSTEM (№6767543)

06 mar

Número: 6767543

País: United States

Fuente: Federal Business Opportunities

Registrarse

Compartir:

Enlace a la fuente

Necesitas registrarte para ver el enlace a la fuente

Fecha de publicación


06-03-2018

Descripción


REPAIR STEAM KETTLE GAYLORD SYSTEMSolicitation Number: 70Z080-18-Q-P4575700
Agency: Department of Homeland Security
Office: United States Coast Guard (USCG)
Location: USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1

Solicitation Number: 70Z080-18-Q-P4575700

Notice Type: Award

Contract Award Date: March 1, 2018

Contract Award Number: 70Z08018PP4572700

Contract Award Dollar Amount: $36976.49

Contractor Awarded Name: FIRE EXTINGUISHER AND SUPPLY CO

Contractor Awarded DUNS: 052957495

Synopsis: Added: Dec 29, 2017 12:17 pm 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 in this notice. This solicitation is issued as a Request for Quote Number 70Z080-18-Q-P4572700. This number is for tracking purposes only. Solicitation documents and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-96. This procurement will be processed in accordance with FAR Part 12. The North American Industry Classification System (NAICS) is 336611. The Small Business Administration (SBA) size standard is 1250 employees. This IS a Total Small Business Set-A-Side.
NOTE: The USCG/Government reserves the right to Award on an All or None Basis that is the Government may issue a Purchase Order (PO) to the Offeror that submits the lowest aggregate price rather than issue a Purchase Order to each Offeror on the basis of the lowest Quotation on each item.
The USCG/Government intends to award a contract resulting from this solicitation to the responsible bidder proposal conforming to the solicitation which will be most advantageous and the Best Value to the Government, price and other factors considered.
PLEASE NOTE: Interested Offeror"s are to provide Firm Fixed Price proposals in accordance with the Schedule B by Wednesday, 12 January 2018 at 1:00 pm EST. Firm Fixed Price Proposals must be submitted on company letterhead stationery and must include the following information: (1) Cost Breakdown, (2) Unit Price, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company DUNS and Cage Code. Email quotes are acceptable and should be sent to POC Garth C. Gobbell, SKC at email [email protected] and Jackie Handley at email address [email protected].
SCHEDULE B:
Line Item 1: Contractor shall provide parts and labor to repair the Coast Cutter Steam Kettle Gaylord System IAW SOW. Contractor shall provide labor , material and per diem/hotel (if applicable) cost breakdown 1 JB

Place of Performance:


USCGC DECISIVE (WMEC-629)
100 Singing River Road
Pascagoula, MS 39595-5000
Required Delivery Date: 18 Jan 2018.


PROVISIONS / CLAUSES:
The following FAR Clauses and Provisions apply to this acquisition:
FAR 52.212-1 - Instructions to Offerors - Commercial Items (Jan 2017)
FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014) Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, past performance and quality.
FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Jan 2017) to include Alt I (Oct 2016). Offeror is to complete the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov .
FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Jan 2017) with the following addenda"s.
FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2017)
FAR 52.219-6 - Notice of Total Small Business Set-Aside (Nov 2011)
FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 - System for Award Management (Oct 2016). Contractors are located and identified in SAM by their DUNS number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A DUNS number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov.
The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to this awarded contract.
FAR 52.222-3 - Convict Labor (Jun 2003)
FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies (Oct 2016)
FAR 52.222-21 - Prohibition of Segregated Facilities (Apr 2015)
FAR 52.222-26 - Equal Opportunity (Sep 2016)
FAR 52.222-35 - Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212)
FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793)
FAR 52.222-37 - Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212)
FAR 52.222-50 - Combating Trafficking in Persons (Mar 2015)
FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)
FAR 52.225-1 - Buy American Supplies (May 2014)
FAR 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008)
FAR 52.232-33 - Payment by Electronic Funds Transfer - Systems for Award Management (Jul 2013)
FAR 52.233-3 - Protest After Award (Aug 1996)
FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004)
*The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far.
NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS:
This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a) Prospective contractors shall complete electronic annual representations and certifications at ORCA accessed via https://www.acquisition.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies.

Added: Jan 12, 2018 9:03 am Modified: Feb 21, 2018 7:14 am

Track Changes The purpose of this amendment is to change closing date to read Jan 18, 2018 3 PM EST.

Added: Feb 15, 2018 11:05 am Modified: Feb 23, 2018 1:26 pm

Track Changes The purpose of this amendment is to update the SOW and change the closing date to read Feb 21, 2018, 3:00, EST.

The purpose of this amendment is to change closing date to read Feb 23, 2018 3 PM EST.

The purpose of this amendment is to change closing date to read Feb 27, 2018 10:00 AM EST.

Please consult the list of

document viewers if you cannot open a file. SOW Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: SOW

Posted Date: December 29, 2017



DECISIVE_Gaylord_Hood_-_SOW.docx (19.39 Kb) Description: SOW

Updated SOW Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..)

Label: Updated SOW

Posted Date: February 15, 2018



DECISIVE_17029_Gaylord_Hood_-_SOW.DOCX (22.86 Kb) Description: Updated SOW.



Contracting Office Address: 300 East Main Street
Suite 600
Norfolk, Virginia 23510-9102
United States


Place of Performance: USCGC DECISIVE (WMEC-629)
100 Singing River Road

Pascagoula, Mississippi 59595
United States


Primary Point of Contact.: Garth Gobbell, Contracting Officer

[email protected] Phone: 7576284631

Secondary Point of Contact: Jacqueline D. Handley, Contract Specialist

[email protected] Phone: 7576284660