Federal Bid

Last Updated on 11 Jul 2003 at 5 AM
Solicitation
Location Unknown

T -- Gold and Silver Lifesaving Medal Certificates

Solicitation ID DTCGG8-03-Q-PPS217
Posted Date 19 Jun 2003 at 5 AM
Archive Date 11 Jul 2003 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Hq Contract Operations (Cg-912)(000
Agency Department Of Homeland Security
Location United states
DESCRIPTION: The U.S. Coast Guard intends to procure Silver and Gold Lifesaving Certificates. This notice is a combined synopsis/solicitation for a commercial item in accordance with Federal Acquisition Regulation Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Therefore, please read this entire notice, the instructions herein, and the attachment documents carefully. This acquisition is on a Small-Business Set-Aside Basis. SCOPE: See attached image files and Statement of Work. HOW TO RESPOND: In order to compete for this project, interested parties must demonstrate that they are qualified to perform the work by providing a brief (20 pages or less) Technical and Cost Proposal by 12:00 PM, ET, June 26, 2003. Technical proposals must include: (1) Specific approach in meeting requirements and compatibility of system/process with existing agency configuration. (2) Past performance history (current or within the last 18 months) on projects similar in scope and nature, with specific references (including project identifier/contract number and description, period of performance, dollar amount, client name and current telephone number). References will be checked to validate the information provided and to determine reliability/dependability. Cost Proposal: provide Firm Fixed-Price. Offerors must submit the proposal to Weston Sythoff, USCG Headquarters Support Command, Code A-3, Room B411, 2100 Second St. SW, Washington, DC 20593. Electronic transmissions to [email protected] are encouraged. Proposal Evaluation Criteria: (1) Price and price-related factors. (2) Technical. (3) Past performance of your organization, including adherence to schedules and budgets, the acceptability of previous products delivered, effectiveness of program management, and the offeror's willingness to cooperate with the customer in both routine matters and when confronted by unexpected difficulties. This will be a Best-Value award determination. Price and Past Performance will be a factor, but technical factors are far more important. The following Federal Acquisition Regulations clauses are incorporated by reference: FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Aug 00), 52.212-4 (Aug 00), 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders-Commercial Items (Aug 00). Offerors can retrieve these clauses on the INTERNET at www.arnet.gov. Questions about this requirement must be in writing and submitted by fax or e-mail. Telephone inquiries are strongly discouraged. All inquiries must include the solicitation number, your full name, organization name, address, phone and fax numbers, and must be received by 12:00 (noon) ET, June 18, 2003. It is the responsibility of the Offeror to ensure the proposal is received by the date and time shown above. ATTENTION: Minority, Women-owned, and Disadvantaged Business Enterprises (DBEs)! The Department of Transportation (DOT), Short-Term Lending Program (STLP) offers working capital financing in the form of lines of credit to finance accounts receivable for transportation related contracts. Maximum line of credit is $500,000 with interest at the prime rate. For further information, call (800) 532-1169. Internet address:
Bid Protests Not Available

Similar Past Bids

Location Unknown 25 Jul 2002 at 5 AM
Location Unknown 20 Feb 2017 at 3 AM
Auburn Alabama Not Specified
Location Unknown 16 Jun 2015 at 6 PM
Mechanicsburg Pennsylvania 01 Jul 2021 at 7 AM

Similar Opportunities

Arizona 21 Jul 2025 at 4 AM
Cincinnati Ohio 21 Jul 2025 at 1 PM
Washington 21 Jul 2025 at 4 AM
Oklahoma 27 Jul 2025 at 4 AM (estimated)
Oklahoma 27 Jul 2025 at 4 AM (estimated)