Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 11, 2017 FBO #5648
SOLICITATION NOTICE

20 -- CGC BARRACUDA DOCKSIDE - schedule

Notice Date
5/9/2017
 
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 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
HSCG80-17-Q-P45408B
 
Archive Date
5/31/2017
 
Point of Contact
Jaime R. Warren, Phone: 7576284646, Denise A Sturdifen, Phone: 7574417036
 
E-Mail Address
Jaime.R.Warren@uscg.mil, Denise.A.Sturdifen@uscg.mil
(Jaime.R.Warren@uscg.mil, Denise.A.Sturdifen@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Specification for Dockside repairs Clauses Schedule COMBINED SYNOPSIS/ SOLICITATION I. This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, 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. II. The solicitation is issued as a Request for Quotation (RFQ). III. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-95. I V. This requirement is being solicited as total small business set aside using FAR Part 12 Acquisition of Commercial Items and FAR 13.5 Simplified Procedures for Certain Commercial Items. The NAICS Code is 336611- Ship Repair with a small business size standard of 1,250 employees. The solicitation number is HSCG80-17-Q-P45408B. V. SCHEDULE OF SUPPLIES/SERVICES: See Attachment 1. VI. DESCRIPTION OF WORK: The Contractor shall furnish all necessary facilities, labor, materials, services, equipment, supplies, power, accessories, special tools and such other things as are necessary to perform various Dockside Repairs onboard USCGC BARRACUDA (WPB- 87301) all in exact accordance with this solicitation and the attached specification. See Attachment 2. VII. PERIOD OF PERFORMANCE: The performance period for this requirement is 22 May through23 June 2017. PLACE OF PERFORMANCE: The place of performance is at the vessel's home pier located in Eureka, CA 98551. ANTICIPATED AWARD DATE: The anticipated award date is on or about 18 May 2017, however it is subject to change. The government intends to award a fixed priced contract resulting from this solicitation to the responsible vendor whose complete quote, conforming to the solicitation, provides the best value. Work covered by this solicitation shall be completed within thirty (30) calendar days from the date the vessel becomes available to the Contractor. The availability is scheduled to start on or about 22 May 2017 and end on or about 23 June 2017. An arrival conference normally will be held within 48 hours of the scheduled start date. REQUEST FOR DRAWINGS/ QUESTIONS: R e q u e s t s f o r d r a w i n g s o r w r i t t e n q u e s t i o n s regarding this solicitation must be received by 15 May 2017 at 1100 a.m. EST. After this date further requests may not be accepted due to time constraints. For questions regarding this solicitation, contact Jaime.R.,Warren@uscg.mil. QUOTATION DUE DATE: Quotations must arrive on or before and no later than 16 May 2017 at 13:00 p.m. EST. Quotations may be sent via electronic mail (e-mail) to Jaime.R.Warren@uscg.mil. All pages in the quote shall be numbered and identified with the quote's name and RFQ Number HSCG80-17-Q-P45408B, FY2017 DOCKSIDE REPAIRS for USCGC BARRACUDA (WPB-87301). A. REQUIRED DOCUMENTS: Each quoter shall furnish the information required by the solicitation, which includes: 1. Signed cover letter on company letterhead, with complete mailing address, DUNS number and point of contact. 2. Attachment 1- Completed Schedule of Supplies & Services with associated cost for each CLIN; include hourly composite labor rate for CLIN O-00A and a detailed breakdown of the associated cost for Travel and Per Diem CLIN D00C (i.e., number of employees, 3. Past Performance Documentation (2 relevant to scope of work and within 3 years). 4. Small Business Self Certification 5. Welding Certifications and Procedures 6. Proof of Insurance (Statement of Coverage from current Insurance carrier) 7. List of ALL Sub-Contractor's names and associated CLIN numbers and percentage of work that your company intends to subcontract with as listed in the Schedule of Supplies/Services. 8. **ALL Technical Representative Certifications for BOTH PRIME AND SUBCONTRACTORS as specified in the specification. PLEASE NOTE: QUOTES THAT DO NOT INCLUDE ALL REQUIRED DOCUMENTS MAY BE CONSIDERED INCOMPLETE AND MAY NOT BE CONSIDERED. SECTIONS VIII-XII - See Attachment 3
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/HSCG80-17-Q-P45408B/listing.html)
 
Place of Performance
Address: Eureka, California, 98551, United States
Zip Code: 98551
 
Record
SN04501444-W 20170511/170509235204-d14c859ac64db6a5083ae09eb386e339 (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.