SOLICITATION NOTICE
B -- WMSL GENERATOR REPLACEMENT DESIGN STUDY FOR UNITED STATES COAST GUARD - Solicitation
- Notice Date
- 8/29/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- #541330
— Engineering Services
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC), 2401 Hawkins Point Road, Building 31, Mail Stop 26, Baltimore, Maryland, 21226-5000, United States
- ZIP Code
- 21226-5000
- Solicitation Number
- HSCG85-17-R-P45L80
- Archive Date
- 11/8/2017
- Point of Contact
- Jing Liu, Phone: (510) 637-5970, Ryan R. DelaCruz, Phone: (510) 637-5989
- E-Mail Address
-
Jing.Liu@uscg.mil, Ryan.R.DelaCruz@uscg.mil
(Jing.Liu@uscg.mil, Ryan.R.DelaCruz@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Attachment 5: Notification for Filing Agency Protests Attachment 4: Request for Clarification Attachment 3: Continuation of Combined Synopsis/Solicitation Attachment 2: Justification for Other Than Full and Open Competition-Redacted Attachment 1: Statement of Work-Redacted This is a combined synopsis/solicitation for commercial items prepared in accordance with the procedures in FAR Part 12, Acquisition of Commercial Items, FAR Subpart 13.5 Simplified Procedures for Certain Commercial items, and FAR Part 15, Contracting by Negotiation. Solicitation HSCG85-17-R-P45L80 is issued as a Request For Proposals (RFP). The United States Coast Guard has a requirement on a Sole Source basis for a design study, including 6 alternative design solutions, on design modification, prototype installation, test and evaluation and full installation of the Caterpillar Ships Service Diesel Generators (SSDG) in accordance with the attached Statement of Work (proprietary data redacted). The SSDGs are used on the 418-ft National Security Cutters (WMSL). 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 2005-95. This is a Sole Source Procurement. The applicable North American Industrial Classification Code (NAICS) is 541330 (Engineering Services). The Small Business Size Standard is $15M. The contract will be awarded on a firm fixed-price basis. To receive an award, the Contractor must be registered in the System for Award Management (SAM) www.sam.gov. All proposals submitted in response to this solicitation shall stand firm for 90 calendar days from the close 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 Government intends to award a sole-source contract to the Original Equipment Manufacturer (OEM), Caterpillar, for this work. Redacted Statement of Work and Justification and Approval are attached. The anticipated period of performance will be one (1) year from contract award. QUESTIONS AND REQUEST FOR CLARIFICATION: It shall be the obligation of the offeror to exercise due diligence to discover and to bring to the attention of the Government any ambiguities, inconsistencies, or concerns regarding the information in this solicitation. Requests for clarifications are due no later than September 5, 2017 at 3:00 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. Questions/concerns will be compiled and addressed on an "Amendment of Solicitation" (SF-30) and will be posted on the FedBizOpps website for viewing by all potential offerors. PROPOSAL DUE DATE: Proposals must arrive no later than 3:00 p.m., Pacific Time, on September 8, 2017. 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 Jing.Liu@uscg.mil. All submissions shall include the solicitation number in the subject line of the email. Offerors that elect to use commercial delivery services for delivery of their proposals are advised that such delivery must be made to Suite 800N on the 8th Floor of the Oakland Federal Building located at 1301 Clay Street, Oakland, CA 94612. 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 September 25, 2017 contingent on available funds. Work covered by this solicitation shall be completed within one year from the award date. All Federal holidays that lie within the performance period will be observed. ATTACHMENTS TO THIS NOTICE: Attachment 1: Statement of Work Attachment 2: Justification for Other Than Full and Open Competition Attachment 3: Continuation of Combined Synopsis/Solicitation Attachment 4: Request for Clarification Attachment 5: Notification for Filing Agency Protests
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGELC/HSCG85-17-R-P45L80 /listing.html)
- Record
- SN04651129-W 20170831/170829232901-50e5925c08c5b1b7c9371537a3358b57 (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 |