Federal Bid

Last Updated on 28 Nov 2018 at 9 AM
Combined Synopsis/Solicitation
Location Unknown

SCAFFOLDING & SHRINK WRAP CGC ELM

Solicitation ID 2118408Y61A7113010
Posted Date 06 Nov 2018 at 7 PM
Archive Date 28 Nov 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Sflc Procurement Branch 3(00040)
Agency Department Of Homeland Security
Location United states
(i) This is a combined synopsis/solicitation for a service contract, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued.
(ii) Solicitation number 2118408Y61A7113010 applies, and is issued as a Request for Quotation.
(iii) This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-97 (JAN 2018).
(iv) This procurement is 100% set aside for small business. The North American Industry Classification System (NAICS) code is 336611 and the business size standard is 1,000 employees. U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract.

ITEM 0001
Scaffolding and Shrink Wrapping services needed on the 225' CGC ELM. The start date is December 3rd and shall be completed in Ten (10) calendar days.

CONSTRUCT SCAFFOLDING AND INSTALL SHRINK WRAP
Contractor is to supply all labor and materials to erect scaffolding and install shrink wrap. Two month service. Statement of work is provided.


1 JOB COST $___________________________

ITEM 0002

OPTIONAL EXTENSION NEEDED FOR SCAFFOLDING AND SHRINK WRAP
One month extension needed for scaffolding and shrink wrap to remain erected. Dismantling date will be provided.

1 JOB COST $_____________________


Performance start date: DECEMBER 3, 2018

YARD POC: JAMES JOHNSTON (410) 636-3095
TENTATIVE START DATE: 12/03/2018

(i) Place of Performance is: USCG YARD, 2401 Hawkins Point Road, CGC ELM, Baltimore, MD 21226.
(ii) The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (JAN 2018). 1. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information: a) company's complete mailing and remittance addresses, b) discounts for prompt payment if applicable c) cage code, d) Dun & Bradstreet number, e) Taxpayer ID number.
f) Offerors shall submit no more than three relevant past performance history including: contract number, point of contact and the contact information.
g) Offerors shall agree to the deliver condition that the vendor shall start the performance within 48 hours of notification by the government.
Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. If any offeror is registered in ORCA, verification by the applicable vendor is needed to evidence that the record is current and valid.
(iii) 52.212-2 Evaluation-Commercial Items (OCT 2014). - Delivery, pricing and relevant past performance are the evaluation factors. This is a commercial item acquisition. Award may be made to other than the lowest price. Award will be a best value decision. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the best value. The evaluation and award procedures in FAR 13.106 apply.
(iv) FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (DEC 2016) with Alt 1 included are to be submitted with your offers.
(v) FAR 52.212-4 Contract Terms and Conditions-Commercial Items (JAN 2018) applies to this acquisition.
(vi) FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (JAN 2018). The following clauses listed in 52.212-5 are incorporated:
a. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (Aug 2012) (Pub.L. 109-282)(31 U.S.C. 6101 note).
b. 52.204-99, System for Award Management Registration (Aug 2012) (DEVIATION)
c. 52.219-6, Notice of Total Small Business Aside (Nov 2011) (15 U.S.C. 644).
d. 52.219-28, Post Award Small Business Program Rerepresentation (Apr
2009) (15 U.S.C. 632 (a)(2).
e. 52.222-3 Convict labor (June 2003) (E.O. 11755)
f. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Mar 2012) (EO 11755)
g. 52.222-26 Equal Opportunity (March 2007)(E.O. 11246)
h. 52.222-36, Affirmative Action for Workers with Disabilities (Jun 1998) (29 U.S.C. 793).
i. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).
j. 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.'s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).
k. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (Oct 2003)(31.S.C. 3332).
l. 52.222-41, Service Contract Act of 1965 (Nov 2007) (41 U.S.C. 351, et seq.).
m. 52.222-42, Statement of Equivalent Rates for Federal Hires (May 1989)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.).
n. 52.233-3 Protest after award (Aug. 1996.)
o. 52.233-4 Applicable Law for Breach of Contract Chain (Oct.2004).
(vii) Defense Priorities and Allocations System (DPAS): N/A
(viii) QUOTES ARE DUE BY 12:00 NOON EST on Tuesday, 13 NOVEMBER 2018. Quotes may be faxed (410) 762-6008 or preferred method email to [email protected]
(ix) POC is Brandie Dunnigan, Procurement Agent, 410-762-6446.

Bid Protests Not Available

Similar Past Bids

Location Unknown 27 Oct 2017 at 7 PM
Curtis bay Maryland 26 Apr 2024 at 5 PM
Curtis bay Maryland 18 May 2020 at 3 PM
Baltimore Maryland 20 Mar 2018 at 1 PM
Location Unknown 31 Oct 2019 at 7 PM

Similar Opportunities

Warner robins Georgia 18 Jul 2025 at 7 PM
Counce Tennessee 10 Jul 2025 at 4 AM (estimated)
Counce Tennessee 10 Jul 2025 at 4 AM (estimated)
Valentine Nebraska 15 Jul 2025 at 6 PM