Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 12, 2014 FBO #4705
SOLICITATION NOTICE

J -- USCGC MELLON (WHEC 717) Drydock Repairs FY15 - Package

Notice Date
10/10/2014
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 2, 1301 Clay St., Suite 807N, Oakland, California, 94612-5249, United States
 
ZIP Code
94612-5249
 
Solicitation Number
HSCG85-15-R-MELL15
 
Archive Date
11/22/2014
 
Point of Contact
Jake M. Apolonio, Phone: (510) 637-5964, Jennifer M. Stock, Phone: (510) 637-5906
 
E-Mail Address
jake.m.apolonio@uscg.mil, jennifer.m.stock@uscg.mil
(jake.m.apolonio@uscg.mil, jennifer.m.stock@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
ATTACHMENT 5 – Government Property Report ATTACHMENT 4 - Notice to Offerors ATTACHMENT 3 - Request for Clarification ATTACHMENT 2 - Continuation of Combined Synopsis/Solicitation ATTACHMENT 1 - Specification - Rev-0, 02SEP14 COMBINED SYNOPSIS SOLICITATION FOR USCGC MELLON (WHEC 717) FY15 Dry Dock Availability 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 the notice. Solicitation number is HSCG85-15-R-MELL15 is issued as a Request For Proposals (RFP). This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This RFP incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-76. This is a Small Business set aside. The NAICS Code is 336611 with a size standard of 1000 employees. The contract will be awarded on a firm, fixed-price basis, on an SF-1449. Only one award will be made to the responsive, responsible offeror under this solicitation. To receive an award, the Contractor must be registered in the System for Award Management (SAM) www.sam.gov. The requirement is for dry dock repair availability for USCGC MELLON (WHEC 717) consisting of items in accordance with the attached specification (ATTACHMENT 1). The period of performance will be from January 12, 2015 through March 20, 2015. GEOGRAPHIC RESTRICTION: The contractor will perform the contract within 200 road miles of the cutter's home moorage in Seattle, WA. QUESTIONS AND REQUEST FOR DRAWINGS: Drawings will be made available upon request by email to the Contracting Officer, Jake Apolonio at Jake.M.Apolonio@uscg.mil. Requests for clarifications are due no later than October 28, 2014 at 1:00 p.m. Pacific time. See ATTACHMENT 4, Request for Clarification. After this date and time, further requests may not be accepted due to time constraints. The Contractor shall furnish all the necessary labor, material services, equipment, supplies, power, accessories, facilities and such other things as are necessary, except as otherwise specified, to perform dockside repairs, and alterations to the vessel, in accordance with the solicitation and attached specifications. Failure to read the specifications in their entirety will not relieve the offeror from the responsibility for properly estimating the difficulty or price of successfully performing the work. Failure to do so will be at the offerors risk. All proposals submitted in response to this solicitation shall stand firm for 90 calendar days from the response date of this solicitation. INFORMATION REQUIRED WITH PROPOSAL SUBMISSION: 1. DUNS number 2. Completely filled-in Schedule of Supplies/Services. Please complete Items B.1 through B.4 of the solicitation. Base Contract Line Item Numbers (CLINS) are marked as "D" for Definite. Insert unit prices in all CLINS listed in the schedule. 3. Small Business Self Certification for applicable set-asides 4. Welding certifications and Procedure 5. Proof of Insurance (statement of coverage from current insurance carrier) 6. Any issued amendments to the solicitation. 7. ATTACHMENT 3, Continuation of Combined Synopsis/Solicitation. Please review each page of this attachment thoroughly as it contains more proposal instructions, clauses and provisions which may contain blocks that must be completed. PROPOSAL DUE DATE: Proposals must arrive no later than 1:00 p.m., Pacific Time, on November 7, 2014. Proposals received after this date and time, will not be considered. Mailed and emailed proposals will be accepted. Faxed proposals will not be accepted. When submitting proposals by email, please submit the electronic copy to Valerie.riverachase@uscg.mil. All submissions shall include the solicitation number in the subject line of the email. PLEASE NOTE: PROPOSALS THAT DO NOT INCLUDE ALL REQUIRED DOCUMENTS MAY BE CONSIDERED INCOMPLETE AND MAY NOT BE CONSIDERED. ANTICIPATED AWARD DATE: The contract is expected to be awarded on or about November 26th, 2014. Work covered by this solicitation shall be completed within 67 calendar days from the date the vessel becomes available to the Contractor (January 12, 2015 - March 20, 2015). All Federal holidays that lie within the performance period will be observed such as Martin Luther King Jr. Day and President's Day. An arrival conference will normally be held on the day of the scheduled start date. ATTACHMENTS TO THIS NOTICE: ATTACHMENT 1 - Specification - Rev-0, 02 Sep 2014 ATTACHMENT 2 - Continuation of Combined Synopsis/Solicitation ATTACHMENT 3 - Request for Clarification ATTACHMENT 4 - Notice to Offerors ATTACHMENT 5 - Government Property Report PLACE OF CONTRACT PERFORMANCE: At the contractor's certified facility. SET ASIDE: UNRESTRICTED
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-15-R-MELL15/listing.html)
 
Place of Performance
Address: At contractor's facility, United States
 
Record
SN03548304-W 20141012/141010233714-deb7f44a78476c1eba45005f25cbb874 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.