United States - Sound proofing walls

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
21 August 2019
Opportunity publication date
08 August 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Aug 07, 2019 2:32 pm

8/7/2019

This is a combined synopsis/solicitation for Commercial Items prepared in accordance with format in 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 #19-Q-XCC491 is issued as a Request for Quotation (RFQ). The incorporated Clauses and Provisions are those in effect through Federal Acquisition Circular 2019-01 and may be obtained electronically at http://www.arnet.gov/far. This RFQ is being solicited as SET-ASIDE SMALL, WOMEN-OWNED, SERVICE-DISABLED VETERAN-OWNED, HUBZONE, SMALL DISADVANTAGED VETERAN-OWNED, etc. The North American Industry Classification System (NAICS) is 238310 and Small Business Size Standard is $15M.
.
The USCG Shore Infrastructure Logistics Center (SILC) intends to award a Firm-Fixed Price (FFP) Purchase Order using Simplified Acquisition Procedures for the purchase of the following: Provide all labor, materials and equipment to remove and replace acoustical wall materials and the fabric covering, at USCG Communications Command, Chesapeake, VA 23322. 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 (OCT 2018), 52.212-2, Evaluation - Commercial Items (Oct 2014). The following factors shall be used to evaluate offers: Price, Delivery. 52.212-3, Offeror Representations and Certifications - Commercial Items (OCT 2018) (Note: The Offeror shall complete only paragraph (b) of this provision if the Offeror has completed the annual representations and certification electronically in the System for Award Management (SAM) accessed through http://www.sam.gov/. A hard copy is no longer required if Offeror/Contractor is SAM registered, if Offeror/Contractor has NOT completed the annual representations and certifications electronically, the Offeror/Contractor shall complete only paragraphs (c) through (u) of this provision. The Government will award a contract resulting from this solicitation to the responsive, responsible Offeror whose offer is conforming to this solicitation and will be the most advantageous to the Government, with price and other factors considered. NO CONSIDERATION WILL BE GIVEN TO QUOTES LACKING THIS AND ANY OTHER INFORMATION SET FORTH IN THIS SOLICITATION. Federal Acquisition Regulation (FAR) Clauses that applies to this RFQ: 52.212-4, Contract Terms and Conditions-Commercial Items (OCT 2018), 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items (JAN 2019) applies as follows: paragraph (b)(8),(19),(15),(25),(26),(27),(28),(29),(30),(31),(46),(47) and (55) 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. Offerors have up to 10 business days after publication of this notice to express their interest. The closing date and time for receipt of offers is 8/21/2019, 2:00PM Eastern Standard Time (EST). Facsimile or E-mail quotes are acceptable and may be e-mailed to Michael.w.stephenson@uscg.mil or faxed to (757) 628-4231.

Opportunity closing date
21 August 2019
Value of contract
to be confirmed

About the buyer

Address
Department of Homeland Security USCG SILC BSS (Shore Infrastructure Logistics Center Base Support and Services) United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?