Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:70Z08521QP30E4700
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. Request fo...
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. Request for Quotations number is 70Z08521QP45E4700 and is issued as a request for quotations (RFQ). This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Request for Quotations incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-84 dated Nov 1, 2015. The NAICS Code is 336611. The Small Business Size Standard is 1250. This is a total small business set aside. All responsible sources may submit proposals that will be considered by the agency. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures in accordance with FAR Part 13.5. **For purposes of evaluation and award, Past Performance is considered to be more important than Price. Offerors shall submit quotes as follows – Date: MAY 20TH, 2021 Time: 0800 Pacific Standard Time (PST) Place: William.a.swordjr@uscg.mil REQUIRED DOCUMENTS: Each Offeror shall furnish the information required by the solicitation, which includes: Section 1: Price quote including cost breakdown. Section 2: Past Performance / References Proposal (This section should include the offerors completed representations and certifications.); and Section 3: Any issued amendments to the solicitation. ANTICIPATED AWARD DATE: The contract is expected to be awarded on or about 5/20/2021. QUESTIONS: The last day to ask questions will be MAY 20th, 2021, 0800 Pacific Standard Time (PST). Questions shall be submitted via e-mail to William.A.Swordjr@uscg.mil. After this date, unless amended, questions will not be accepted. For information regarding this solicitation, please contact WILLIAM SWORD, 510-437-5436. Please Note: Amendments to this solicitation will be publicized in the same manner as the initial synopsis and solicitation. Questions and quotes shall be emailed to William.A.Swordjr@uscg.mil. Contractors are responsible for verifying receipt of quotes. INTERESTED VENDORS PLEASE SEND OFFICIAL QUOTE, WITH A SAM.GOV REGISTERED DUNS NUMBER, AND EMAIL TO William.A.Swordjr@uscg.mil. STATEMENT OF WORK (SOW) PR 2121851P30E47 Deckhouse Window Replacement, USCGC KANAWHA UNITED STATES COAST GUARD SURFACE FORCES LOGISTICS CENTER PURPOSE The SFLC-IBCT Product Line must replace all deckhouse windows on the Coast Guard Cutter KANAWHA (WLR 75407) due to severely deteriorated condition caused by corrosion, and no longer weather-tight. SCOPE Remove and replace existing twenty-one (21) single hung windows on Coast Guard Cutter KANAWHA at Pine Bluff, AR 71601 or Memphis, TN 38105. Work performance period, and location to be coordinated between vendor and cutter. Provide all travel, labor, and equipment to remove existing twenty-one (21) deckhouse windows located main deck and 01 level, and associated interior trim. Provide all travel, labor, material, and equipment to install twenty-one (21) new replacement single hung windows. Perform operational test of each newly installed window to ensure opens and closes properly. Correct all discrepancies noted. Perform water leak test of each newly installed window using a garden hose connected to ship’s potable water system pressure to ensure window seals properly. Correct all discrepancies noted. GFE: none PERIOD OF PERFORMANCE: Request primary period of performance, and start date; TBD. PLACE OF PERFORMANCE: Cutter’s homeport, Pine Bluff, AR 71601 or Memphis, TN 38105. KEY USCG PERSONNEL INFORMATION The primary POC is Mr. William Baker, IBCTPL, (757) 628-4596, William.a.baker2@uscg.mil