Industrial Mezzanine
****This Requirement was previously solicited as 70Z0319QLAS370 a service. This Requirement is being resolicited as 70Z0319QLAS37001 a supply. Unit will complete the installation. ****** This is a com... ****This Requirement was previously solicited as 70Z0319QLAS370 a service. This Requirement is being resolicited as 70Z0319QLAS37001 a supply. Unit will complete the installation. ****** 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 70Z0319QLAS37001 and is issued as a Request for Quotation (RFQ). (B) This acquisition is issued as a 100% set-aside for small business. The associated NAICS code is 332311, Buildings, prefabricated metal, manufacturing, and the size standard is 750. (D) The United States Coast Guard Air Station Sacramento, has a requirement and is requesting quotations for the following: 6' x 8' Industrial Mezzanine as per the Specification. QTY: 1 Drawings should be provided to assist in technical acceptability evaluation. In order to be considered for award, offers of products must meet the salient physical, functional, or performance characteristic specified in this solicitation. This requirement is for an Industrial Mezzanine with delivery to USCG Air Station Sacramento, 6037 Price Avenue, McClellan, CA 95652. Pricing is for unit and shipping to FOB Destination. Installation instructions shall be included in the unit cost and shall be provided both as a hardcopy and delivered electronically to the unit POC, LCDR Jeremy Strickland (916) 643-7617, Jeremy.D.Strickland@uscg.mil. Pricing shall NOT include: Installation, equipment unloading or any other items not listed. Delivery: Unit POC, LCDR Jeremy Strickland (916) 643-7617, Jeremy.D.Strickland@uscg.mil. shall be contacted 48 hours prior to delivery to arrange Base Access. Shipping on a flatbed truck is acceptable. Unit will unload. Instructions to be provided at the time of award. (E) Description/Statement of Work/Specification (SEE ATTACHED FOR SPEC) NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. (F) PACKAGING REQUIREMENTS- All items shall be adequately packaged and marked. Inspection and acceptance shall take place at Destination after verification of items and confirmation of no damage during transit. Failure to comply with packaging requirements will result in rejection and nonpayment. (G) Date(s) and place(s) of delivery and acceptance. FOB: Destination- USCG Air Station Sacramento, 6037 Price Avenue, McClellan, CA 95652. Delivery shall be made 90 Days After Receipt of Order. (H) The U.S. Coast Guard intends to award on all or none basis to a responsible offeror whose offer conforming to the solicitation will be the most advantageous to the Government. Award will be lowest price technically acceptable. The Coast Guard intends to award on a Firm Fixed Price Contract. (I) All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with System for Award Management (www.sam.gov) and shall provide the company Tax Information Number (TIN) with their offer. Offers are due by Friday August 20, 2019 at 4 pm 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 Mack.Kelley@uscg.mil (J) Any and all questions regarding this solicitation shall be submitted in writing to the Contract Specialist at Mack.Kelley@uscg.mil no later than Wednesday, August 14 2019 at 4 pm Pacific Time OFFERORS MUST SUBMIT THE FOLLOWING INFORMATION ON THEIR QUOTE: Disclosure: The offeror under this solicitation represents that [Check one]: __ it is not a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73; __ it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it has submitted a request for waiver pursuant to 3009.104-74, which has not been denied; or __it is a foreign incorporated entity that should be treated as an inverted domestic corporation pursuant to the criteria of (HSAR) 48 CFR 3009.104-70 through 3009.104-73, but it plans to submit a request for waiver pursuant to 3009.104-74. (g) A copy of the approved waiver, if a waiver has already been granted, or the waiver request, if a waiver has been applied for, shall be attached to the bid or proposal. _HSAR 3052.209.70 Prohibition on contracts with corporate expatriates (June 2006) (End of provision) The following FAR Clauses provisions apply to this solicitation. FAR 52.212-1, Instructions to Offerors-Commercial Items (Oct 2018); FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (Oct 2018) with Alternate I. Offeror(s) must include a completed copy of FAR 52.212-3 with their quote. The following FAR Clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at www.arnet.gov.; FAR 52.212-4, Contract Terms and Conditions-Commercial Items (Oct 2018); FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2019). The following clauses listed within FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015), 52.233-3, Protest After Award (AUG 1996) (31 U.S.C. 3553), 52.233-4, Applicable Law for Breach of Contract Claim (OCT 2004) (Public Laws 108-77, 108-78 (19 U.S.C. 3805 note)52.212-5 are applicable: FAR 52.219-28, Post Award Small Business Program representation (Jul 2013)(15 U.S.C. 632(a)(2); FAR 52.222-3, Convict Labor (Jun 2003)(E.O. 11755); FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O. 13126); FAR 52.222-21, Prohibition of Segregated Facilities (April 2015); FAR 52.222-26, Equal Opportunity (Sep 2016)(E.O. 11246); FAR 52.222-36, Equal Opportunity for workers with disabilities (July 2014); FAR 52.223-18 Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513); FAR 52.225.1 Buy American Act-Supplies (May 2014); FAR 52.225-3, Buy American Act-Free Trade Agreement (May 2014)(41 U.S.C. 10a-10d); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008); 52.232-33, Payment by Electronic Funds Transfer-System for Award Management (Oct 2018)(31 U.S.C. 3332). The following items are incorporated as addenda to this solicitation: Copies of HSAR clauses may be obtained electronically at www.dhs.gov. GAP 3042.302-90 Valuation Requirements for the Acquisition of Spare Parts Purchased for Inventory Control Points from HQ Contracts (OCT 2008). Copies of CGAP clauses may be obtained electronically at: www.uscg.mil/acquisition/procurement/pdf/CIM_4200_19H.pdf
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »