- This is a combined synopsis/solicitation for a service contract, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information
included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued.
- Solicitation number 2123403Y61A1497001 applies, and is issued as a Request for Quotation.
- This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03 (JUL 2019).
- This procurement is 100% set aside for small business. The North American Industry Classification System (NAICS) code is 532490 and the business size standard is $7.0 MILLION. U.S.
Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract.
Rental for the CGC HARRIET LANE
ITEM 0001 –
(1) EACH REACTIVE LOAD BANK
Reactive Load Bank providing 2640 kW: 480 Volts, 3 phase, 60 Hertz
Quantity: 1 JB. Performance start date: 1/24/2023
TOTAL COST: $________________
ITEM 0002 –
(120) EACH 4/0, 375 AMP CABLE- 50 FT LOOSE WITH CAMLOCKS
Quantity: 1 JB. Performance start date: 1/24/2023
TOTAL COST: $________________
ITEM 0003 –
(40) EACH CABLE TAIL 4/0- EYELET + FEMALE CAMLOCK LOOSE
Quantity: 1 JB. Performance start date: 1/24/2023
TOTAL COST: $________________
ITEM 0004 –
(40) EACH CABLE TAIL 4/0- EYELET + FEMALE CAMLOCK LOOSE
Quantity: 1 JB. Performance start date: 1/24/2023
TOTAL COST: $________________
PLEASE INCLUDE DROP-OFF & PICK-UP WITHIN THE COST OF THE RENTAL.
- Place of Performance is: USCG CGC HARRIET LANE, 2401 HAWKINS POINT ROAD, BALTIMORE MD 21226.
- The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions
to Offerors-Commercial Items (OCT 2018). 1. Parties responding to this solicitation may submit their offer in accordance with their standard commercial practices (e.g. on company
letterhead, formal quote form, etc.) but must include the following information: a) company’s complete mailing and remittance addresses, b) discounts for
prompt payment if applicable c) cage code, d) Dun & Bradstreet number, e) Taxpayer ID number.
-
- Offerors shall submit no more than three relevant past performance history including: contract number, point of contact and the contact information.
- Offerors shall agree to the deliver condition that the vendor shall start the performance within 48 hours of notification by the government.
Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. If any offeror is registered in ORCA,
verification by the applicable vendor is needed to evidence that the record is current and valid.
- 52.212-2 Evaluation-Commercial Items (OCT 2014). – Delivery, pricing and relevant past performance are the evaluation factors. Award may be made to other than the lowest price.
Award will be a best value decision. All evaluation factors other than cost or price, when combined, are significantly more important than cost or price. The Government intends to award
on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the best value. The evaluation and award procedures in FAR
13.106 apply.
- FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (OCT 2018) with Alt 1 included are to be submitted with your offers.
- FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2018) applies to this acquisition.
- FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (OCT 2018). The following clauses listed in 52.212-5 are incorporated:
- 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2018) (Pub.L. 109-282)(31 U.S.C. 6101 note).
- 52.204-99, System for Award Management Registration (Oct 2016) (DEVIATION)
-
-
52.222-3 Convict labor (June 2003) (E.O. 11755)
-
52.222.19 Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (EO 11755)
-
52.222-26 Equal Opportunity (September 2016)(E.O. 11246)
-
52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).
-
52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627)
-
52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).
-
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).
-
52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2018)(31.S.C. 3332).
-
52.222-41, Service Contract Act of 1965 (AUG 2018) (41 U.S.C. 351, et seq.).
-
52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.).
-
52.233-3 Protest after award (Aug. 1996.)
-
52.233-4 Applicable Law for Breach of Contract Chain (Oct.2004).
- Defense Priorities and Allocations System (DPAS): N/A
- QUOTES ARE DUE BY 2:00 PM EST on WEDNESDAY JANUARY 11, 2023. Quotes may be emailed to Brandie.r.dunnigan@uscg.mil
- POC is Brandie Dunnigan, Procurement Agent, 410-762-6446.