Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
MODIFICATION

J -- USCGC STRATTON (WMSL 752) DOCKSIDE REPAIRS FQ4 FY15 - Amendment 1

Notice Date
5/7/2015
 
Notice Type
Modification/Amendment
 
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-P30B10
 
Point of Contact
Wilma L. Estrada, Phone: 510.637.5981, Jennifer Stock, Phone: (510) 637-5906
 
E-Mail Address
Wilma.L.Estrada@uscg.mil, jennifer.m.stock@uscg.mil
(Wilma.L.Estrada@uscg.mil, jennifer.m.stock@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Amendment 0001 See attached Amendment 0001 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-P30B10 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 2005-81. 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. This requirement is for dockside repairs aboard the USCGC STRATTON (WMSL 752) consisting of items in accordance with the attached specification (ATTACHMENT 1). 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 offeror's risk. All proposals submitted in response to this solicitation shall stand firm for 90 calendar days from the response date of this solicitation. NOTE: The Government will not pay for costs incurred in the preparation and submission of proposals or other costs incurred in response to this announcement. The period of performance will be from August 24, 2015 through October 02, 2015. GEOGRAPHIC RESTRICTION: N/A QUESTIONS AND REQUEST FOR DRAWINGS: Drawings will be made available upon request by email to the Contracting Officer, Wilma Estrada at Wilma.L.Estrada@uscg.mil. Requests for clarifications are due no later than May 8, 2015 at 1:00 p.m. Pacific time. See ATTACHMENT 4, Request for Clarification. After this date and time, further requests or questions may not be accepted or answered. Submission of questions and any resulting answers from the Government will not require the Contracting Officer to extend the solicitation closing date. All Amendments to the solicitation will be posted via http://www.fbo.gov. INFORMATION REQUIRED WITH PROPOSAL SUBMISSION: 1. DUNS number 2. ATTACHMENT 2, Schedule of Supplies/Services. Please complete Items B.1 through B.3 of this attachment. Base Contract Line Item Numbers (CLINS) are marked as "D" for Definite and "O" for Optional. 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 these attachments 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 May 22, 2015. 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 Wilma.L.Estrada@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 June 22, 2015. Work covered by this solicitation shall be completed within the period of performance of 37 calendar days. All Federal holidays that lie within the performance period will be observed. An arrival conference will normally be held on the day of the scheduled start date. ATTACHMENTS TO THIS NOTICE: ATTACHMENT 1 - Specification - Rev-0, 10 February 2015 ATTACHMENT 2 - Schedule of Supplies/Services ATTACHMENT 3 - Continuation of Combined Synopsis/Solicitation ATTACHMENT 4 - Request for Clarification ATTACHMENT 5 - Government Property Report ATTACHMENT 6 - Notice for Filing Agency Protests
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/HSCG85-15-R-P30B10/listing.html)
 
Place of Performance
Address: The place of performance will be at the Cutter's homeport, Coast Guard Island, Alameda, California, 94501, United States
Zip Code: 94501
 
Record
SN03723961-W 20150509/150507235250-175af3c0fc8d12af19fab9deba5fcdca (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  © 1994-2020, Loren Data Corp.