Combine Solicitation – Shore Power Cable and Storage Transport Unit
| Federal Information & News Dispatch, Inc. |
Notice Type: Combine Solicitation
Posted Date:
Office Address:
Subject: Shore Power Cable and Storage Transport Unit
Classification Code: 20 - Ship and marine equipment
Solicitation Number: HSCG47-14-Q-3EFK10
Contact:
Setaside: Total Small BusinessTotal Small Business
Place of Performance (address): SFLC Charleston-FAC/Port OpsAttn:
Place of Performance (zipcode): 29405
Place of Performance Country: US
Description:
USCG Facilities Design & Construction Center
Solicitation No. HSCG47-14-Q-3EFK10 Combined Solicitation/Synopsis for: Shore Power Cable and Storage Transport Unit The
(i).This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. (ii). The solicitation number is HSCG47-14-Q-3EFK10. The solicitation is issued as a Request for Quote (RFQ). (iii). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-76. (iv). This acquisition is conducted as a small business set-aside. The requirements will be fulfilled using the Simplified Acquisition procedures, Part 13 of the FAR, and the test program authorized in FAR subpart 13.5, to the maximum extent possible. The associated North American Classification System (NAICS) code is 333923 with a size standard of 500 employees. (v) see number (vi) below. (vi). Descriptions of requirements to be acquired:
* 5 QTY - Steel reels with a cable divider.
a) Be able to support at least 200ft of 3/C-500 TYPE THOF cable. b) Accommodate up to two shore tie cables with the following properties: (i) 3 inch outside diameter (ii) Approximate cable weight of 8 lbs/ft (iii) Up to 250 feet in length, each cable (iv) 8 inch diameter by 12 inch long +/-- receptacle head on each end of the cable. c) Full height flange partitions to individually separate cables. d) The inner (core) diameter of the reel shall be no less than 36 inches. e) fit in Hydraulic reel transporter f) Include insert for Viking plugs for ease of loading cord.
* 5 QTY - Reel storage platforms with Fork Lift Cradle (one for each for above reels) with solid stock to fit in Hydraulic reel trailer.
a) Provide safe and stable storage of the specified reels. b) Allow automated pick up and set down of loaded and unloaded cable reels by the transport carrier unit. c) Allow platform transport (loaded and unloaded) by fork lift.
* 10 QTY - 175 Feet 3/C-500 TYPE THOF cable.
* 20 QTY- 500 Amp Viking plugs VIKING PLUG # M24368-1-002
a) Attached to the ends of the 10 3/C-500 TYPE THOF cables above. b) Cable pigtails shall be a minimum of 10 feet in length and 1-3/c Type THOF-500 cables conforming to MIL-C-915/6.
* Provide a total of 5 covers, one for each reel and platform when stored.
a) Durable, b) UV resistant, c) Weatherproof.
* Provide one cable reel hydraulic transport trailer
a) A reel carrying capacity of at least 12,000 lbs. b) Main frame and tongue constructed of heavy duty tubular steel, fully welded with no members bent into place. c) Hydraulic reel lifts (dual hydraulic cylinders) for self loading and unloading of reels of the dimensions and weight specified. d) Powered reel drive mechanism to turn the reel in both directions for winding and unwinding cable. The reel drive mechanism shall have a nominal pulling capacity of at least approximately 2,000 lbs, and controls shall include powered reel braking. e) Gasoline or Diesel powered steering and propulsion system capable of normal walking speeds. f) Paint and finish of the trailer shall be two coats of durable marine grade paint. g) The reel trailer shall be in full compliance with AASHTO and NHTSA requirements for highway tow age.
****See Schedule of Pricing on page 3 of 21.****
(vii). Dates and Places of delivery and acceptance: Delivery will be to SFLC Charleston:
SFLC Charleston-FAC/Port Ops Attn:
The requested timeline:
All items are requested to be delivered by
No Later Than
Schedule of Pricing
Item Quantity Price Steel Reels w/cable divider 5 Reel Storage Platforms w/Fork Lift Cradle 5 175 Feet 3.C-500 Type THOF cable 10 500 Amp Viking Plugs (#M24368-1-002) 20 Covers for reel and platform 5 Cable Reel hydraulic transport trailer 1 Shipping/Packaging N/a G&A Profit
(viii). The provision at 52.212.1, Instructions to Offeror-Commercial, applies to this acquisition.
Offerors are required to submit:
(1) brief capability statement not to exceed 10 pages addressing the requirements set forth above, including individual item pricing, shipping costs and proposed mode of delivery. (2) Price Schedule filled out with a cost associated with each
E-mailed quotes will be accepted by
(ix). The provision at 52.212.2, Evaluation -Commercial Items, will be used to evaluate offerors for awarding the purchase order. Evaluation -- Commercial Items (
2. Schedule 2. Price FACTOR 1-PAST PERFORMANCE:
The offeror shall identify at least two (2) relevant and current federal, state or local government or private contracts performed during the last three (3) years. For each contract, list:
a. Contract number and customer point of contact (including two (2) points of contact With telephone numbers) b. Dollar value of the contract
FACTOR 2 - SCHEDULE:
Schedule shall be evaluated on a pass/fail basis in regards to meeting the Government's
FACTOR 3-PRICE:
Offeror's price shall represent the best price in response to the request for quotes. The price shall be evaluated to determine fairness and reasonableness.
Schedule and Past Performance, when combined is more important than price. b) Options. The Government will evaluate offers for award purposes by adding the total price for all options to the total price for the basic requirement. The Government may determine that an offer is unacceptable if the option prices are significantly unbalanced. Evaluation of options shall not obligate the Government to exercise the option(s). (c) A written notice of award or acceptance of an offer, mailed or otherwise furnished to the successful offeror within the time for acceptance specified in the offer, shall result in a binding contract without further action by either party. Before the offer's specified expiration time, the Government may accept an offer (or part of an offer), whether or not there are negotiations after its receipt, unless a written notice of withdrawal is received before award. (x). Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with its offer, or note that a current electronic copy is available at https://orca.bpn.gov/
(xi). The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition.
(xii). The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items (
3052.209-70 - Prohibition on contracts with corporate expatriates. (
(a) In accordance with sections 561 and 562 of Division F, Title V of the Consolidated Appropriations Act, 2014 (Pub. L. 113-76), none of the funds made available by that Act may be used to enter into a contract with any corporation that:
(1) Was convicted (or had an officer or agent of such corporation acting on behalf of the corporation convicted) of a felony criminal violation under any Federal or State law within the preceding 24 months, where the awarding agency is aware of the conviction, unless the agency has considered suspension or debarment of the corporation, or such officer or agency, and made a determination that this further action is not necessary to protect the interests of the Government.
(2) Has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability, where the awarding agency is aware of the unpaid tax liability, unless the agency has considered suspension or debarment of the corporation and made a determination that this further action is not necessary to protect the interests of the Government.
(b) The Offeror represents that:
(1) It is [ ] is not [ ] a corporation that was convicted (or had an officer or agent of such corporation acting on behalf of the corporation convicted) of a felony criminal violation under any Federal or State law within the preceding 24 months.
(2) It is [ ] is not [ ] a corporation that has any unpaid Federal tax liability that has been assessed, for which all judicial and administrative remedies have been exhausted or have lapsed, and that is not being paid in a timely manner pursuant to an agreement with the authority responsible for collecting the tax liability.
(c) If the offeror represents in (b) above that it is a corporation that was convicted (or had an officer or agent of such corporation acting on behalf of the corporation convicted) of a felony criminal violation under any Federal or State law within the preceding 24 months, or that it is a corporation that has unpaid Federal tax liability that has been assessed, the offeror shall provide all information related to the felony or tax liability within 3 business days of the Government's request.
(End of provision) 3052.212-70 Contract Terms and Conditions Applicable to DHS Acquisition of Commercial Items. (
The Contractor agrees to comply with any provision or clause that is incorporated herein by reference to implement agency policy applicable to acquisition of commercial items or components. The provision or clause in effect based on the applicable regulation cited on the date the solicitation is issued applies unless otherwise stated herein. The following provisions and clauses are incorporated by reference: [The Contracting Officer should either check the provisions and clauses that apply or delete the provisions and clauses that do not apply from the list. The Contracting Officer may add the date of the provision or clause if desired for clarity.]
(a) Provisions. ____3052.209-72 Organizational Conflicts of Interest. ____3052.216-70 Evaluation of Offers Subject to An Economic Price Adjustment Clause. ____3052.219-72 Evaluation of Prime Contractor Participation in the DHS Mentor Protege Program.
(b) Clauses. ____3052.203-70 Instructions for Contractor Disclosure of Violations. ____3052.204-70 Security Requirements for Unclassified Information Technology Resources. ____3052.204-71 Contractor Employee Access. ____Alternate I
____3052.205-70 Advertisement, Publicizing Awards, and Releases. ____3052.209-73 Limitation on
(End of clause)
(xiii). N/A. (xiv) N/A. (xv). The closing date for the receipt of RFQs are due no later than
This solicitation shall not be construed as a commitment of any kind
Link/URL: https://www.fbo.gov/spg/DHS/USCG/USCGFDCCA/HSCG47-14-Q-3EFK10/listing.html
| Copyright: | (c) 2013 Federal Information & News Dispatch, Inc. |
| Wordcount: | 7144 |



Combine Solicitation – ASBESTOS ABATEMENT
Advisor News
- Millennials are inheriting billions and they want to know what to do with it
- What Trump Accounts reveal about time and long-term wealth
- Wellmark still worries over lowered projections of Iowa tax hike
- Wellmark still worries over lowered projections of Iowa tax hike
- Could tech be the key to closing the retirement saving gap?
More Advisor NewsAnnuity News
- How to elevate annuity discussions during tax season
- Life Insurance and Annuity Providers Score High Marks from Financial Pros, but Lag on User Friendliness, JD Power Finds
- An Application for the Trademark “TACTICAL WEIGHTING” Has Been Filed by Great-West Life & Annuity Insurance Company: Great-West Life & Annuity Insurance Company
- Annexus and Americo Announce Strategic Partnership with Launch of Americo Benchmark Flex Fixed Indexed Annuity Suite
- Rethinking whether annuities are too late for older retirees
More Annuity NewsHealth/Employee Benefits News
- Findings from Belmont University College of Pharmacy Provide New Insights into Managed Care and Specialty Pharmacy (Comparing rates of primary medication nonadherence and turnaround time among patients at a health system specialty pharmacy …): Drugs and Therapies – Managed Care and Specialty Pharmacy
- Study Data from Ohio State University Update Knowledge of Managed Care (Preventive Care Utilization, Employer-sponsored Benefits, and Influences On Utilization By Healthcare Occupational Groups): Managed Care
- Recent Findings from Cornell University Provides New Insights into Managed Care (The Law of Large Umbrellas: Away From Risk Reduction In Health Insurance): Managed Care
- New Findings on Cancer from University of Texas Arlington Summarized (Systematic Review of Health Insurance and Survival Among Adolescent and Young Adult Cancer Patients): Cancer
- ‘Absolutely ferocious’: Idaho introduces plan to repeal Medicaid expansion
More Health/Employee Benefits NewsLife Insurance News
- Gulf Guaranty Life Insurance Company Trademark Application for “OPTIBEN” Filed: Gulf Guaranty Life Insurance Company
- Marv Feldman, life insurance icon and 2011 JNR Award winner, passes away at 80
- Continental General Partners with Reframe Financial to Bring the Next Evolution of Reframe LifeStage to Market
- ASK THE LAWYER: Your beneficiary designations are probably wrong
- AM Best Affirms Credit Ratings of Cincinnati Financial Corporation and Subsidiaries
More Life Insurance News