Search Contract Opportunities

Battery Door Remove/Installition

ID: HSCG31-17-Q-LAS605 • Type: Synopsis Solicitation • Match:  100%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Remove/Install Battery Room Double Door at USCG Air Station Sacramento. 6037 Price Ave, McClellan, CA 95652, Building #1106

Point of Contact to set up site visit is: DC2 Benjamin C Berg at (916) 643-7642 benjamin.c.berg@uscg.mil

Make sure that your DUNS Number/Data Universal Numbering System is updated/or registered via www.SAM.gov website. It is mandatory that your DUNS number is active within SAM website before doing business with the Coast Guard.

For Solicitation Package:
Please download/print the attachments which consists of the SOW (Statement of Work), SOW, FAR Clause, CRR/Construction Rate Requirement Davis Bacon Wage Determination, RFI/Request for Information. Read the solicitation package carefully.

Please write your estimate on your own in-house estimate sheet along with your DUNS number and Tax ID number. Also include a price breakdown in labor and materials.

The Closing Date for Quote Submission is Aug 16th, 2017 at 10AM, Pacific Standard Time.
Please Read the following Combined Synopsis:
COMBINED SYNOPSIS/SOLICITATION

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 and FAR 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued.

(A) The solicitation number is HSCG31-17-Q-LAS605 and is issued as a Request for Quotation (RFQ).

(B) The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-78. Service Contract Labor Standards Wage Determination Number CA170009 is applicable and is attached.

(C) This acquisition is issued as a 100% set-aside for small business. The associated NAICS code is 238290 and the small business size standard is $15 Million.

(D) List CLINS, item descriptions, quantities and units of measure, (including option(s), if applicable):
CLIN 00001, Remove/InStall Double Battery Room Door
(E) Description/Statement of Work/Specification
(SEE ATTACHED FOR SOW )

(F) Date(s) and place(s) of delivery and acceptance. FOB: Destination

(G) FAR Provision 52.212-1, Instructions to Offerors-Commercial, is incorporated by reference and applies to this acquisition.
Addendum to FAR Povision52.212-1 - the following paragraphs are modified or added to the provision:

(b) Submission of Offers. - Modified
Submit signed and dated offers to the office specified in this solicitation on or before the exact date and time specified in this solicitation. Offers may be submitted on company letterhead stationery. As a minimum, offers must show-
(1) The solicitation number;
(2) The date and time specified in the solicitation for receipt of offers;
(3) The name, address, and telephone number of the offeror;
(4) A technical description of the items/services being offered in sufficient detail to evaluate compliance with the requirements in the solicitation. Please keep it under 5 pages long, but be detailed about what you are proposing. This may include product literature, or other documents, if necessary;
(5) Terms of any express warranty;
(6) Price and any discount payment terms;
(7) "Remit to" address, if different than mailing address;
(8) Completed representations and certifications per FAR 52.212-3 (see FAR 52.212-3(b) for those representations and certifications that the offeror shall either complete electronically on sam.gov or send a completed copy with the quotation);
(9) Acknowledgment of all Solicitation Amendments, if applicable;
(11) Include a statement specifying the extent of agreement with all terms, conditions, and provisions included in the solicitation. Offers that fail to furnish required representations or information, or reject the terms and conditions of the solicitation may be excluded from consideration.
(12) Complete and return the section as highlighted (on Pgs 12, 32 and 33) of the "DEPARTMENT OF HOMELAND SECURITY ACQUISITION REGULATION (48 CFR Chapter 30) AND FAR CLAUSES".

(c) Period for Acceptance of Offers. - Modified
The offeror agrees to hold prices in its offer firm for 60 calendar days from the date specified for receipt of offers, unless another time period is specified in an amendment to the solicitation.

(k) System for Award Management. - Modified
Unless exempted by an addendum to this solicitation, by submission of an offer, the offeror acknowledges the requirement that a prospective awardee shall be registered in the SAM database prior to award, during performance and through final payment of any contract resulting from this solicitation. If the Offeror does not become registered in the SAM database in the time prescribed by the Contracting Officer, the Contracting Officer will proceed to award to the next otherwise successful registered Offeror. Offerors may obtain information on registration and annual confirmation requirements via the SAM database accessed through https://www.acquisition.gov.

(H) Evaluation:
The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government. 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; Lowest Price.

The Government intends to select one contractor for this acquisition. However, the Government reserves the right not to award a contract at all, depending on the quality of the proposals and prices submitted and the availability of funds.

Rejection of Unreasonable Offers: The Government may reject any quotation that is evaluated to be unreasonable in terms of program commitments, including contract terms and conditions, or unreasonably high or low in cost when compared to Government estimates, such that the proposal is deemed to reflect an inherent lack of competence or failure to comprehend the complexity and risks of the program.

(I) Offerors are required to include a completed copy of FAR Provision 52.212-3, Offeror Representations and Certifications-Commercial Items (MAY 2014), with their offer. Offerors may complete FAR 52.212-3 online at SAM: www.sam.gov . An offeror must state in their offer if they completed FAR 52.212-3 online and that is it up-to-date and valid.

(J) FAR Clause 52.212-4, Contract Terms and Conditions-Commercial Items (MAY 2014), is incorporated by reference and applies to this acquisition.
Addendum to FAR Clause 52.212-4 - the following paragraphs are modified or added to the clause: N/A

(K) FAR Clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items (MAY 2014) is incorporated and applies to this acquisition. The following FAR clauses cited in Clause 52.212-5 are applicable to the acquisition:
SEE ATTACHED FOR APPLICABLE CLAUSES

(L) A statement regarding any additional contract requirement(s) or terms and conditions (such as contract financing arrangements or warranty requirements) determined by the contracting officer to be necessary for this acquisition and consistent with customary commercial practices: N/A.

(M) The Defense Priorities and Allocations System (DPAS) and assigned ratings are not applicable to this solicitation.

(N) Date, time and place offers are due.

Offers are due by August 16, 2017 10:00 AM Pacific Time.

Submit offers to the following mailing address, e-mail address, or fax number by the offer due date and time:

U.S. Department of Homeland Security
United States Coast Guard
Base Alameda
Coast Guard Island, Bldg. 42
Alameda, CA 94501-5100
Attn: Contracting Office

Via e-mail to Darlene.d.garza@uscg.mil

Via fax number (510) 437-2793 (ATTN: Darlene GArza)

(O) Any and all questions regarding this solicitation shall be submitted in writing to the Contract Specialist at (Add E-Mail Address) no later than August 8, 2017, 4:30PM Pacific.

Overview

Response Deadline
Aug. 16, 2017, 2:00 p.m. EDT Past Due
Posted
Aug. 3, 2017, 1:03 p.m. EDT
Set Aside
Small Business (SBA)
Place of Performance
USCG Air Station Sacramento. 6037 Price Ave, Building #1106 MCCLELLAN, CA 95652 USA
Source

Current SBA Size Standard
$22 Million
Pricing
Likely Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Average
On 8/3/17 Coast Guard issued Synopsis Solicitation HSCG31-17-Q-LAS605 for Battery Door Remove/Installition due 8/16/17. The opportunity was issued with a Small Business (SBA) set aside with NAICS 238290 (SBA Size Standard $22 Million) and PSC 56.
Primary Contact
Name
Darlene D Garza   Profile
Phone
(510) 437-3194

Documents

Posted documents for Synopsis Solicitation HSCG31-17-Q-LAS605

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Contract Awards

Prime contracts awarded through Synopsis Solicitation HSCG31-17-Q-LAS605

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation HSCG31-17-Q-LAS605

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation HSCG31-17-Q-LAS605

Additional Details

Source Agency Hierarchy
HOMELAND SECURITY, DEPARTMENT OF > US COAST GUARD > BASE ALAMEDA(00031)
FPDS Organization Code
7008-70Z031
Source Organization Code
100181481
Last Updated
June 3, 2019
Last Updated By
PI33_DR_IAE_51681
Archive Date
June 3, 2019