Inactive
Notice ID:Z084-19-Q-DPV026
This is a combined synopsis/solicitation for Commercial Items prepared in accordance with provisions of FAR Subpart 12.6, as supplemented with additional information included in this notice. This anno...
This is a combined synopsis/solicitation for Commercial Items prepared in accordance with provisions of FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation. Proposals/Quotes are being requested and written solicitation will NOT be issued. This solicitation #Z084-19-Q-DPV026 is issued as a Request for Quotation (RFQ). The incorporated Clauses and Provisions are those in effect through Federal Acquisition Circular 2005-101 and may be obtained electronically at http://www.acquisition.qov/far . This RFQ is being solicited as SET-ASIDE SMALL, WOMAN-OWNED, SERVICE-DISABLED VETERAN-OWNED, HUBZONE, SMALL DISADVANTAGED VETERAN-OWNED, (SMALL BUSINESS) . The applicable North American Industry Classification System Code (NAICS) is 5721110 and the Small Business Size Standard is $32.5M. The USCG Shore Infrastructure Logistics Center (SILC) intends to award a Firm-fixed Price Purchase Order utilizing Simplified Acquisition Procedures in accordance with FAR Part 13 and Policies in accordance with FAR Part 12, Acquisitions of Commercial Items. The intended purchase is for Short Term Berthing Accommodations for US Coast Guard Personnel in the area of San Pedro, California 90731, during the 11 April - 27 May 2019 time frame. For details, see attached Statement of Work (SOW). . The following Federal Acquisition Regulations (FAR) Provisions and Clauses apply to this RFQ: 52.212-1, Instructions to Offerors - Commercial Items (Jan 2017), 52.212-2, Evaluation - Commercial Items (Oct 2014). The following factors shall be used to evaluate offers: Technical Capability, Past Performance and Price. 52.212-3, Offeror Representations and Certifications - Commercial Items (Nov 2017) (Note: The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual Representations and Certification (Reps & Certs) electronically via the System for Award Management (SAM) website accessed through https://www.sam.gov/portal. If the Offeror has NOT completed the annual Representations and Certifications electronically, the Offeror/Contractor shall complete only paragraphs (c) through (t) of this provision. 52.223-4 Recovered Material Certification (May 2008). A hard copy is no longer required if Offeror/Contractor is SAM Registered. The Government will award a contract resulting from this solicitation that will be the most advantageous to the Government, with technical capability and other factors considered. NO CONSIDERATION WILL BE GIVEN TO ANY QUOTES LACKING THIS, AND ANY OTHER INFORMATION SET FORTH IN THIS SOLICITATION. Federal Acquisition Regulation (FAR) Clauses that apply to this RFQ: 52.212-4, Contract Terms and Conditions-Commercial Items (Jan 2017), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (Jan 2017) applies as follows: (b)(8), (25), (26), (27), (28), (29), (30), (31), (32), (44), (47) and (56) End of Clause. PLEASE READ, COMPLETE, AND PROVIDE ALL INFORMATION REQUESTED IN THIS SOLICITATION PARTICULARLY FAR PROVISION(S) 52.212-1 and 52.212-3. Due to urgency of need, Offerors have up to 12 days after publication of this notice to express their interest. The closing date and time for receipt of offers is 3/25/2019 @ 3:00 PM Eastern Standard Time (EST). Email quotes are acceptable and may be emailed to: Michael.W.Stephenson@uscg.mil or Faxed to (757) 628-4231.