Mississippi Bids > Bid Detail

EPA Certification & Technician to inspect FM200

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159517908595778
Posted Date: May 11, 2023
Due Date: May 12, 2023
Solicitation No: 52000QR230019638
Source: https://sam.gov/opp/6ad59f13d1...
Follow
EPA Certification & Technician to inspect FM200
Active
Contract Opportunity
Notice ID
52000QR230019638
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
SFLC PROCUREMENT BRANCH 1(00080)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: May 10, 2023 09:30 pm EDT
  • Original Published Date: May 05, 2023 10:28 am EDT
  • Updated Date Offers Due: May 12, 2023 11:00 am EDT
  • Original Date Offers Due: May 08, 2023 11:00 am EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: May 27, 2023
  • Original Inactive Date: May 23, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Updated Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J020 - MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT
  • NAICS Code:
    • 336611 - Ship Building and Repairing
  • Place of Performance:
    Pascagoula , MS 39595
    USA
Description

52000QR230019638





NAICS Code 333618



Product Code J020



EPA / DOT Certification



This is a combined synopsis/solicitation Nr 52000QR230019638 for a commercial items prepared in accordance with the format outlined in FAR Subpart 12.6, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is 336611. The small business size standard is 1500. This is a total small business set aside; all responsible small business sources may submit proposals that will be considered. This synopsis/ solicitation is issued pursuant to FAR 13.106-1(b), and the resultant purchase order will be awarded on a firm-fixed price basis using simplified acquisition procedures in accordance with FAR 13.





THE UNITED STATES COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUEST THE CONTRACTORS TO PROVIDE PRICING FOR THE FOLLOWING:



A. REQUIREMENT:



1. The contractor shall provide the following:



EPA Certification & CertifiedTechnician to troubleshooting and repair CGC POROO MIRCON PRO 2000 series Fire Protection System. The vendor will provide all tools, and test equipment to troubleshoot FM200 system bottle leak, repair or replace valve, and refill bottle. as per the SOW



POINTS OF CONTACT:

CPO Courtney Perea

Tell: 404-932-5229

Email: Courtney.perea@uscg.mil





Chief Warrant Officer Travis Batman

Tell: 207-405-1231

Email: travis.j.batman@uscg.mil



2. DELIVERY LOCATION:





CGC POROO



100 Singing River Island

Pascagoula MS 39595





4. DELIVERY DATE:



Service complete by 15 MAY 2023



B. 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.gov



The Government will award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conforming to the solicitation will be more advantageous to the Government, price and other factors considered.



Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price proposal that will be considered by the agency. Proposals must be submitted on company letterhead stationery and must include the following information ( 1) Cost Breakdown, (2) Labor Cost, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company UEI and Cage Code.



Contractor must hold a EPA Certification.



Quotes must be received no later than 12 MAY 2023 11:00 A.M Eastern Standard Time. Email quotes are acceptable and should be sent to SKC Ducal Hayden via email Ducal.l.hayden@uscg.mil



Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial items, with their offer or have provision FAR 52.212-3 submitted into www.sam.gov. Any questions or concerns regarding any aspect of this RFQ must be forwarded to the POC listed on the SOW. If you cannot reach the POC please contact the Contracting Officer, SKC Ducal Hayden via email Ducal.l.hayden@uscg.mil and telephone (757) 628-4942;



PROVISIONS / CLAUSES:



The following FAR Clauses and Provisions apply to this acquisition and are incorporated by reference:



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)



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 or Cage Code. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A Unique Entity ID 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 (Jan 2018)

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 (Oct 2015) (38 U.S.C. 4212)

FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793)

FAR 52.222-37 - Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212)

FAR 52.222-50 - Combating Trafficking in Persons (Jan 2019)

FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)

FAR 52.225-1 - Buy American Supplies (May 2014)

FAR 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008)

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.


Attachments/Links
Contact Information
Contracting Office Address
  • 300 EAST MAIN ST, STE 950, VESS DIV
  • NORFOLK , VA 23510
  • USA
Primary Point of Contact
Secondary Point of Contact


History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >