Federal Bid

Last Updated on 10 Sep 2019 at 8 AM
Combined Synopsis/Solicitation
Island Kentucky

FM200 REFILL

Solicitation ID 70Z080-19-Q-P45N9300
Posted Date 23 Aug 2019 at 8 PM
Archive Date 10 Sep 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Sflc Procurement Branch 1(00080)
Agency Department Of Homeland Security
Location Island Kentucky United states
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 70Z080-19-Q-P45N9300. This number is for tracking purposes only. Solicitation documents and incorporated provision and clauses are those in effect through Federal Acquisition Circular 2005-97. This procurement will be processed in accordance with FAR Part 12. The North American Industry Classification System (NAICS) is 811310. The Small Business Administration (SBA) size standard is $8.0.
 

THE UNITED STATED COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUEST THE CONTRACTORS TO PROVIDE PRICING FOR THE FOLLOWING:

A. REQUIREMENT:

The United States Coast Guard Surface Forces Logistics Command (SFLC) is coordinating the Refill and install of CGC BERRY's FM-200 bottles series Fire Protection System (FM-200) The crew will assist the contractor with the removal and installation of the bottle once filled, this system discharged without activation in according with the statement of work (SOW).

B. PERFORMANCE LOCATION:

CGC OLIVER BERRY
400 Sand Island Parkway
Honolulu, HI 96819

C. PERIOD OF PERFORMANCE:

    26 - 30 August 2019

NOTE: The USCG/Government reserves the right to Award on an All or None Basis that is the Governemnt 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.

As stated below, the provision at FAR 52,212-2, Evaluation-Commercial Items-applies with the following addenda:

Award of a contract will be based on the following criteria: The purchase order will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5.

     1. Please provide any warranty information.
     2. Vendors MUST be registered in www.sam.gov

The USCG/Government intends to award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conformed to the solicitation which will be most advantageous and the Best Value to the Government, price and other factors considered.

Please Note: Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price quotation that will be considered by the agency. Quotations must be submitted on company letterhead stationery and must include the following information ( 1) Cost Breakdown, (2) Unit Cost, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company DUNS and Cage Code.

Quotes must be received no later than 26 August 2019 at 10:00 a.m. Eastern Standard Time. Email quotes are acceptable and should be sent to Gloria H. Spicer at email address - [email protected].

Any questions or concerns regarding any aspect of the RFQ must be forwarded to the Contracting Officer, SKC Becky.M.Meyer via email [email protected] and telephone (757) 628-4642; and Gloria H. Spicer at email address - [email protected] and telephone (757) 628-4687.

The following FAR Clauses and Provisions apply to this acquisition:

FAR 52.212-1 - Instructions to Offerors - Commercial Items (Oct 2018)

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 (Oct 2018) to include Alt I (Oct 2014). 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 (Oct 2018) with the following addenda's.

FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2019)

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 2018). 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 (Jan 2018)
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 (Jan 2019)
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 (Oct 2018)
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 SAM 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.

 

Bid Protests Not Available

Similar Past Bids

Texas Not Specified
Texas Not Specified
Red river Texas 24 Jul 2019 at 8 PM
Margaret Alabama 07 Mar 2019 at 6 PM
Anniston Alabama 16 Aug 2021 at 8 PM

Similar Opportunities

Location Unknown 11 Jul 2025 at 4 AM
Columbus Ohio 11 Jul 2025 at 4 AM
Picatinny arsenal New jersey 29 Jul 2025 at 9 PM
Picatinny arsenal New jersey 29 Jul 2025 at 9 PM
Picatinny arsenal New jersey 29 Jul 2025 at 9 PM