Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:70Z029199QHU2003
This is a combined synopsis/solicitation for services prepared in accordance with the format in subpart 12.6 as supplemented with additional information included in this notice. This announcement cons...
This is a combined synopsis/solicitation for services prepared in accordance with the format in 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 is issued. The solicitation number is 70Z029199QHU2003. This combined synopsis constitutes a solicitation and incorporates provisions and clauses. This acquisition is Small Business Set Aside. The NAICS is 336212. The contract type will be a firm fixed price purchase order. The government proposes to solicit from the attached scope of work. Federal Acquisition Regulation (FAR) Clauses and Department of Labor Wage Rates for Services are included in this order and are applicable. Vendors doing business with the Coast Guard must be registered or be willing to register with the System Award Management at www.SAM.gov. Please Fax or Email all quotes to Clarence Henshaw Jr. (504) 253-4509 clarence.henshaw@uscg.mil. If you have any questions pertaining to the please use the contractors request for clarification form. Submit all forms prior to the site visit to Mr. C. Henshaw Jr. at clarence.henshaw@uscg.mil. This solicitation will be will be evaluated by the following criteria: Past Performance, Response time, Price. For site visit please contact: BOSN Michael Jorgensen @ 504-671-2094 email Micheael.E.Jorgensen@uscg.mil or Clarence.henshaw@uscg.mil 504-253-4509. Evaluation Process: Lowest Price Technically Acceptable. The Government will award a contract resulting from this Request for Quote (RFQ) to the responsible offeror whose offer conforming to the RFQ is the Lowest Price Technically Acceptable (LPTA) quote. The lowest price quote will be evaluated on technical acceptability. If it is found to be acceptable, an award will be made. If it is found to be unacceptable, the next lowest price will be evaluated. This process will continue until a technically acceptable offer is identified; not all offers will be evaluated. Please Email all quotes to Clarence Henshaw Jr. (504) 253-4509 clarence.henshaw@uscg.mil Scope of Work Need a vendor with the primary goal to supply a quantity of (7), Aluminum trailers that meet the below specifications: a. 8'W deck-over x 20'L Utility Trailer ramp b. All aluminum construction with 1" extruded Aluminum tongue & groove flooring extruded perimeter bed rail per trailer c. (6) outside stake pockets per trailer d. (20)-recessed tie-rings in floor per trailer, down 12" tube rails each side of each trailer (4) -14" Aluminum rims with ST205/75R14 tires per utility trailer e. Tandem 2990# Dexter torsion axle with E-Z lube hubs both with electric brakes per trailer f. 2-5/16" ball coupler per trailer g. safety chains per trailer h. LED lighting per trailer with standard 7 pin connector i. Spare tire carrier included per trailer j. Matching Spare tire with Aluminum wheel per trailer k. 30" Tall Custom Motor mount stand across Width of trailer, designed out of tube and aluminum plate to support 4-Honda 20 HP boat engines (APPROX 500 lbs.) l. 6' long Bi-Fold ramp on rear split 3x3 per trailer Vendor will provide a drawing for approval once awarded and will be supplied prior to fabrication of these Custom Aluminum Trailers, to include 10 YEAR Structural Warranty. The intended use of these trailers are to align with CG-731 Flood Response Program standardization. The trailers are required with the custom specification with the approved replacement boats/flood punts, which are approved and verified by the Flood Response Program. The technical authority and approval is CWO Michael Jorgensen at D8 (dxo). These trailers being requested aligns with USCG Flood Response Program which links to National Critical Incident Search and Rescue. This is a priority due to the frequency and need for CG response within the National Response system. To accomplish these goals, the vendor should supply and build seven (7) custom utility trailers. Prior to awarding and constructing trailers, any/all plans must be approved by CWO Michael Jorgensen or his direct representative. Scope of Work must meet requirements listed above and include images of design and layout. Questions Contact BOSN Michael Jorgensen at Michael.E.Jorgensen@uscg.mil or by phone at 504-671-2094 for any additional questions or concerns in reference to this SOW.