Maryland Bids > Bid Detail

HEATER RENTAL'S FOR CGC ASPEN & CGC HICKORY

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • W - Lease or Rental of Equipment
Opps ID: NBD00159410481357560
Posted Date: Nov 8, 2022
Due Date: Nov 10, 2022
Solicitation No: 2123403Y42A1598001
Source: https://sam.gov/opp/568f6e3c7f...
Follow
HEATER RENTAL'S FOR CGC ASPEN & CGC HICKORY
Active
Contract Opportunity
Notice ID
2123403Y42A1598001
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
SFLC PROCUREMENT BRANCH 3(00040)
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
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 07, 2022 09:23 pm EST
  • Original Date Offers Due: Nov 10, 2022 12:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Nov 25, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: W045 - LEASE OR RENTAL OF EQUIPMENT- PLUMBING, HEATING, AND WASTE DISPOSAL EQUIPMENT
  • NAICS Code:
    • 532490 - Other Commercial and Industrial Machinery and Equipment Rental and Leasing
  • Place of Performance:
    Curtis Bay , MD 21226
    USA
Description

  1. 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.

  2. Solicitation number 2123403Y42A1598001 applies, and is issued as a Request for Quotation.

  3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-03 (JUL 2019).

  4. 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.





Procure (4) 500-599K BTU DIESEL



Rental for the CGC ASPEN #208 & CGC HICKORY



HULL #212





ITEM 0001 –



RENTAL EQUIPMENT



Procure (4) 500-599K BTU Diesel / DSL Indirect Heaters, (8)



12" X 25' High Temp Duct for the CGC ASPEN HULL #208.



The Period of Performance shall be from 11/15/2022 until JANUARY 15. 2023.



Quantity: 1 JB. Performance start date: 11/15/2022



TOTAL COST: $________________





ITEM 0002 –



RENTAL EQUIPMENT



Procure (4) 500-599K BTU Diesel / DSL Indirect Heaters, (8)



12" X 25' High Temp Duct for the CGC HICKORY HULL #212.



The Period of Performance shall be from 01/15/2023 until MARCH 15, 2023.



Quantity: 1 JB. Performance start date: 01/15/2023



TOTAL COST: $________________












  1. Place of Performance is: USCGC ASPEN & HICKORY, 2401 HAWKINS POINT ROAD, BALTIMORE MD 21226.

  2. 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) SAM’S UEI, e) Taxpayer ID number.



      1. Offerors shall submit no more than three relevant past performance history including: contract number, point of contact and the contact information.

      2. Offerors shall agree to the deliver condition that the vendor shall start the performance within 48 hours of notification by the government.







If any offeror is registered in ORCA, verification by the applicable vendor is needed to evidence that the record is current and valid.




  1. 52.212-2 Evaluation-Commercial Services (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.

  2. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (OCT 2018) with Alt 1 included are to be submitted with your offers.

  3. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2018) applies to this acquisition.

  4. 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:

    1. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards (OCT 2018) (Pub.L. 109-282)(31 U.S.C. 6101 note).

    2. 52.204-99, System for Award Management Registration (Oct 2016) (DEVIATION)

    3. 52.222-3 Convict labor (June 2003) (E.O. 11755)

    4. 52.222.19 Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (EO 11755)

    5. 52.222-26 Equal Opportunity (September 2016)(E.O. 11246)

    6. 52.222-36, Affirmative Action for Workers with Disabilities (JUL 2014) (29 U.S.C. 793).

    7. 52.222-50, Combating Trafficking in Persons (Jan 2019) (22 U.S.C. chapter 78 and E.O. 13627)

    8. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).

    9. 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).

    10. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2018)(31.S.C. 3332).

    11. 52.222-41, Service Contract Act of 1965 (AUG 2018) (41 U.S.C. 351, et seq.).

    12. 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.).

    13. 52.233-3 Protest after award (Aug. 1996.)

    14. 52.233-4 Applicable Law for Breach of Contract Chain (Oct.2004).






  1. Defense Priorities and Allocations System (DPAS): N/A

  2. QUOTES ARE DUE BY 12:00 PM EST on THURSDAY NOVEMBER 10, 2022. Quotes may be emailed to Brandie.r.dunnigan@uscg.mil

  3. POC is Brandie Dunnigan, Procurement Agent, 410-762-6446.




Attachments/Links
Contact Information
Contracting Office Address
  • 2401 HAWKINS PT RD. BLDG 31 MS 26
  • BALTIMORE , MD 21226
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 07, 2022 09:23 pm ESTCombined Synopsis/Solicitation (Original)

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 >