USCGC CHARLES SEXTON FM200 & Galley Fixed Fire Suppression Systems, Inspection/Certification

expired opportunity(Expired)
From: Federal Government(Federal)
52000QR240003412

Basic Details

started - 15 Mar, 2024 (1 month ago)

Start Date

15 Mar, 2024 (1 month ago)
due - 29 Mar, 2024 (1 month ago)

Due Date

29 Mar, 2024 (1 month ago)
Bid Notification

Type

Bid Notification
52000QR240003412

Identifier

52000QR240003412
HOMELAND SECURITY, DEPARTMENT OF

Customer / Agency

HOMELAND SECURITY, DEPARTMENT OF (34413)US COAST GUARD (24504)SFLC PROCUREMENT BRANCH 1(00080) (3377)
[object Object]

SetAside

SBA(Total Small Business Set-Aside (FAR 19.5))
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Description of Services:Contractor travel to CGC CHARLES SEXTON homeport in Key West, FL to perform annual inspection, service, function test, and certification of the FM200 and Galley Fixed Fire Suppression systems IAW MPC's N31015.D and N30050.D. Service includes the renewal of (2) new 450-degree fusible actuator links.Cutters Maintenance Period:Request completion by OOA 08 APR 2024 (actual date of service to be arranged by cutter EPO)Cutter Homeport Location:USCGC CHARLES SEXTON (WPC 1108)100 Trumbo Point RoadKey West, FL 33040-6650Cutter Contact Info:EPO: EMC Daniel KotterEmail: Daniel.J.Kotter@uscg.milPH: (757) 870-1400NOTE: The USCG/Government reserves the right to Award on an All or None Basis that is the Government may issue a Purchase Order (PO) to the Offeror that submits the lowest aggregate price rather than issue a Purchase Order to each Offeror based on the lowest Quotation on each item.As stated below, the
provision at FAR 52,212-2, Evaluation-Commercial Items-applies with the following addenda:Award of a contract will be based on the following criteria: The purchase order will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5. 1. Please provide any warranty information. 2. Vendors MUST be registered in www.sam.govThe USCG/Government intends to award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conformed to the solicitation which will be most advantageous and the Best Value to the Government, price and other factors considered.Please Note: Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price quotation that will be considered by the agency. Quotations must be submitted on company letterhead stationery and must include the following information ( 1) Cost Breakdown, (2) Unit Cost, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company Unique Entity ID (UEI) and Cage Code.. Quotes must be received no later than Friday March 29, 2024 at 09:00 A.M. Eastern Standard Time. Email quotes are acceptable and should be sent to Timothy Ford at email address – Timothy.S.Ford@uscg.mil and carbon copy Stacy Spalding at email address Stacy.J.Spalding@uscg.mil . Any questions or concerns regarding any aspect of the RFQ must be forwarded to the Contracting Officer, CWO3 Stacy Spalding at email address Stacy.J.Spalding@uscg.mil and carbon copy Timothy Ford at email address Timothy.S.Ford@uscg.mil . The following FAR Clauses and Provisions apply to this acquisition:FAR 52.212-1 - Instructions to Offerors - Commercial Items (Oct 2018)FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014) Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, past performance and quality.FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Oct 2018) to include Alt I (Oct 2014). Offeror is to complete the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov .FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Oct 2018) with the following addenda's.FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2019)The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to this awarded contract.FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 - System for Award Management (Oct 2018).Contractors are located and identified in SAM by their UEI number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A UEI number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov.The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to this awarded contract.FAR 52.222-3 - Convict Labor (Jun 2003)FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies ((Jan2020) (E.O.13126).FAR 52.222-21 - Prohibition of Segregated Facilities (Apr 2015)FAR 52.222-26 - Equal Opportunity (Sep 2016)FAR 52.222-35 - Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212).FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793).FAR 52.222-37 - Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212).FAR 52.222-50 - Combating Trafficking in Persons (Oct 2020) (22 U.S.C. chapter 78 and E.O. 13627).FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)FAR 52.225-1 - Buy American Supplies (Jan2021) (41 U.S.C. chapter 83).(51) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).FAR 52.232-33 - Payment by Electronic Funds Transfer - Systems for Award Management (Oct 2018)FAR 52.233-3 - Protest After Award (Aug 1996)FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004)*The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far.NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS:This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a) Prospective contractors shall complete electronic annual representations and certifications SAM accessed via https://www.acquisition.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52,204-8 applies.NOTE: The USCG/Government reserves the right to Award on an All or None Basis that is the Government may issue a Purchase Order (PO) to the Offeror that submits the lowest aggregate price rather than issue a Purchase Order to each Offeror based on the lowest Quotation on each item.As stated below, the provision at FAR 52,212-2, Evaluation-Commercial Items-applies with the following addenda:Award of a contract will be based on the following criteria: The purchase order will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5. 1. Please provide any warranty information. 2. Vendors MUST be registered in www.sam.govThe USCG/Government intends to award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conformed to the solicitation which will be most advantageous and the Best Value to the Government, price and other factors considered.Please Note: Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price quotation that will be considered by the agency. Quotations must be submitted on company letterhead stationery and must include the following information ( 1) Cost Breakdown, (2) Unit Cost, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company Unique Entity ID (UEI) and Cage Code.. Quotes must be received no later than Friday March 29, 2024 at 09:00 A.M. Eastern Standard Time. Email quotes are acceptable and should be sent to Timothy Ford at email address – Timothy.S.Ford@uscg.mil and carbon copy Stacy Spalding at email address Stacy.J.Spalding@uscg.mil . Any questions or concerns regarding any aspect of the RFQ must be forwarded to the Contracting Officer, CWO3 Stacy Spalding at email address Stacy.J.Spalding@uscg.mil and carbon copy Timothy Ford at email address Timothy.S.Ford@uscg.mil . The following FAR Clauses and Provisions apply to this acquisition:FAR 52.212-1 - Instructions to Offerors - Commercial Items (Oct 2018)FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014) Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, past performance and quality.FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Oct 2018) to include Alt I (Oct 2014). Offeror is to complete the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov .FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Oct 2018) with the following addenda's.FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2019)The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to this awarded contract.FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 - System for Award Management (Oct 2018).Contractors are located and identified in SAM by their UEI number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A UEI number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov.The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to this awarded contract.FAR 52.222-3 - Convict Labor (Jun 2003)FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies ((Jan2020) (E.O.13126).FAR 52.222-21 - Prohibition of Segregated Facilities (Apr 2015)FAR 52.222-26 - Equal Opportunity (Sep 2016)FAR 52.222-35 - Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212).FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793).FAR 52.222-37 - Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212).FAR 52.222-50 - Combating Trafficking in Persons (Oct 2020) (22 U.S.C. chapter 78 and E.O. 13627).FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)FAR 52.225-1 - Buy American Supplies (Jan2021) (41 U.S.C. chapter 83).(51) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).FAR 52.232-33 - Payment by Electronic Funds Transfer - Systems for Award Management (Oct 2018)FAR 52.233-3 - Protest After Award (Aug 1996)FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004)*The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far.NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS:This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a) Prospective contractors shall complete electronic annual representations and certifications SAM accessed via https://www.acquisition.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52,204-8 applies.

Key West ,
 FL  33040  USALocation

Place Of Performance : N/A

Country : United StatesState : FloridaCity : East Rockland Key

Office Address : 300 EAST MAIN ST, STE 950, VESS DIV NORFOLK , VA 23510 USA

Country : United StatesState : VirginiaCity : Norfolk

You may also like

School Bus Fire Suppression System Inspection, Repair, and Replacement, B2105

Due: 01 Nov, 2024 (in 6 months)Agency: Fire Systems, Inc.

INSPECTION, TESTING & REPAIR OF THE FIRE SUPPRESSION SYSTEM AT THE NIH/RML CAMPUS.

Due: 31 May, 2028 (in about 4 years)Agency: NATIONAL INSTITUTES OF HEALTH

FIRE SUPPRESSION SYSTEM INSPECTION - CRMO

Due: 10 May, 2024 (in 11 days)Agency: NATIONAL PARK SERVICE

Classification

naicsCode 238220Plumbing, Heating, and Air-Conditioning Contractors
pscCode J020Maintenance, Repair and Rebuilding of Equipment: Ship and Marine Equipment