U.S. Coast Guard BASE KODIAK, Kodiak, Alaska has a requirement for ONSITE LOCKSMITH SERVICES TO USCG BASE KODIAK in accordance with the attached Scope of Work.
The services include, but are not limited to: servicing, changing combination, manipulation and penetration on all classes of GSA containers (safes), maintaining and operating established locking systems, combination I/C cores, keying doors and repairing all manner of hardware and lock sets for all facilities and ships on BASE Kodiak. Contractor will be required to work Government established hours and respond to emergency jobs 24 hours a day within two (2) hours of a call out. Contractors will be selected based on the lowest hourly rate and documented experience and qualifications. Contractor is responsible for field verification of all material sizes and quantities necessary for the performance of the project before quoting. Materials, workmanship, and installation shall comply with the latest edition of all applicable codes and industry standards and these specifications.
GOVERNMENT FURNISHED MATERIALS: All GFE will be provided by the Government to include tools and materials. The Government will also provide a Lock Shop space on site for contractor use.
CONTRACTOR SHALL COMPLY WITH requirements of: Underwriter's Laboratories (UL), State of Alaska Administrative Codes, National Fire Protection Association (NFPA) standards; Occupational Safety and Health Act (OSHA), ANSI Standards, Code of Federal Regulations (CFR), American Society for Testing and Materials (ASTM), MIL SPEC, FED STD, and applicable Coast Guard Safety Regulations.
A SITE VISIT will NOT be held.
All responsible sources may submit a quotation, and if timely received, shall be considered by the Agency.
ALL QUESTIONS MUST BE SUBMITTED PRIOR TO MARCH 11, 2016 4PM EASTERN TIME.
Companies MUST have a valid Dun & Bradstreet number (DUNS), be actively registered with the System for Award Management (SAM) database and shall provide the company Tax Information Number (TIN) on their quotation. The Contractor is responsible for the accuracy and completeness of the data within the SAM database, and for any liability resulting from the Government's reliance on inaccurate or incomplete data. To remain registered in the SAM database after the initial registration, the Contractor is required to review and update on an annual basis from the date of initial registration or subsequently updates it's information in the SAM database to ensure it is current, accurate and complete. Contractors may obtain information on registration and annual confirmation requirements via the SAM website accessed through https://www.sam.gov or by calling the Federal Service Desk at 866-606-8220. Request all pricing to be Fob Destination for performance within 30 days ARO.
ALL QUOTATIONS SHALL BE SUBMITTED PRIOR TO THE FOLLOWING CLOSING DATE and TIME: March 24, 2016 at 12pm Alaska Time (AKST). Quotations that do not meet this deadline will not be considered.
PLEASE PROVIDE ALL RESPONSES VIA EMAIL TO: [email protected]
The following FAR Clauses and provisions apply to this solicitation (full text versions of the FAR Clauses and provisions may be obtained by visiting https://www.acquisition.gov/ ):
FAR 52.209-2, Prohibition on Contracting with Inverted Domestic Corporations - Representation (Nov 2015)
FAR 52.212-1, Instructions to Offerors-Commercial Items (MAY, 2014);
FAR 52.212-3, Offeror Representations and Certifications-Commercial Items (MAY 2014) with Alternate 1, (Offeror(s) must include a completed copy of FAR 52.212-3 with their quote);
FAR 52.212-4, Contract Terms and Conditions-Commercial Items (MAY 2014);
FAR 52.212-5, Contract Terms & Conditions Required to Implement Statutes or Executive Orders-Commercial Items (MAY 2014);
FAR 52.209-10, Prohibition on Contracting with Inverted Domestic Corporations (Nov 2015);
FAR 52.219-1, Small Business Program Representations (Oct 2014) with Alternate 1;
FAR 52.219-6, Notice of Total Small Business Set-Aside (NOV 2011);
FAR 52.219-28, Post Award Small Business Program representation (Apr 2009) (15 U.S.C. 632(a) (2);
FAR 52.222-3, Convict Labor (Jun 2003) (E.O. 11755);
FAR 52.222-19 Child Labor-Cooperation with Authorities and Remedies (JUL 2010) (E.O. 13126);
FAR 52.222-21, Prohibition of Segregated Facilities (Feb 1999);
FAR 52.222-26, Equal Opportunity (Mar 2007)(E.O. 11246);
FAR 52.222-36, Affirmative Action for Workers with Disabilities (Oct 2010) (29 U.S.C. 793);
FAR 52.222-41, Service Contract Labor Standards (May 2014);
FAR 52.222-55, Minimum Wages Under Executive Order 13658 (Dec 2015);
FAR 52.223-18, Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) (E.O. 13513);
FAR 225-13, Restrictions on Certain Foreign Purchase (Jun 2008);
FAR 52.233-3, Protest After Award (Aug 1996) (31 U.S.C. 3553);
FAR 52.225-25, Prohibition on Contracting with Entities Engaging in Certain Activities or Transactions Relating to Iran-Representation and Certifications.