Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2019 FBO #6558
SOLICITATION NOTICE

20 -- REMOVAL OF PCB MATERIAL AND LBP FROM CGC WYACONDA OVERHEAD - Package #1

Notice Date
11/7/2019
 
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
70Z08520QP4535200
 
Archive Date
12/3/2019
 
Point of Contact
William A. M. Sword, Phone: 5106375901, Anthony J. Andaluz, Phone: 5106375980
 
E-Mail Address
william.a.swordjr@uscg.mil, anthony.j.andaluz@uscg.mil
(william.a.swordjr@uscg.mil, anthony.j.andaluz@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Scope of work for CGC Wyaconda clauses for services up to $25k Location of work to be performed: USCGC WYACONDA (75403) 60 E 1st st, Dubuque, IA 52001 Period of Performance: 1st choice: 02 Dec - 06 Dec 2019 2nd choice: 09 Dec - 13 Dec 2019 Vessel Details: USCGC Wyaconda is moored at above address with access to the public restricted. Access to cutter is gained by establishing communications with vessel Officer of the Day at 563-580-6060. Normal work hours are Mon - Thurs 0700 - 1500. Schedule may be adjusted if necessary to accommodate completion of abatement. Description of Problem: Unit needs to have polychlorinated biphenyl (PCB) containing material and lead based paint (LBP) abated from the overhead in the engine room due to a necessity to weld on the overhead. Welding is required to complete repairs/removal of the reduction gear. Work to be performed: Contractor shall abate and properly dispose of hazardous materials located in the engine room, on the overhead framework, above the #2 main diesel engine reduction gear. The total area needing abatement is less than 5 Sq Ft. Abatement includes an approximate 3 Sq Ft area of PCB contaminated felt material and approximately 2 Sq Ft of LBP. The felt material is found between the metal paneling and framing, and will require the removal of some interferences. Contractor will remove/reinstall the following interferences: Metal panel, lights, wire run, junction box, and insulation. Contractor shall dispose of materials IAW local, state, and federal regulations. Testing will be performed after abatement is performed to ensure all hazardous materials have been abated. No additional parts or labor is authorized for this service. 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 this notice. Request for Quotations number is 70Z08520QP4535200 and is issued as a request for quotations (RFQ). This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Request for Quotations incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-84 dated Nov 1, 2015. The NAICS Code is 336611. The Small Business Size Standard is 1250. This is a total small business set aside. All responsible sources may submit proposals that will be considered by the agency. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures in accordance with FAR Part 13.5. **For purposes of evaluation and award, Past Performance is considered to be more important than Price. Offerors shall submit quotes as follows - Date: NOVEMBER 18TH, 2019 Time: 0800 Pacific Standard Time (PST) Place: William.a.swordjr@uscg.mil REQUIRED DOCUMENTS: Each Offeror shall furnish the information required by the solicitation, which includes: Section 1: Price quote including cost breakdown. Section 2: Past Performance / References Proposal (This section should include the offerors completed representations and certifications.); and Section 3: Any issued amendments to the solicitation. ANTICIPATED AWARD DATE: The contract is expected to be awarded on or about 11/18/2019. QUESTIONS: The last day to ask questions will be November 18th, 2019, 0800 Pacific Standard Time (PST). Questions shall be submitted via e-mail to William.A.Swordjr@uscg.mil. After this date, unless amended, questions will not be accepted. For information regarding this solicitation, please contact WILLIAM SWORD, 510-637-5901. Please Note: Amendments to this solicitation will be publicized in the same manner as the initial synopsis and solicitation. Questions and quotes shall be emailed to William.A.Swordjr@uscg.mil. Contractors are responsible for verifying receipt of quotes. INTERESTED VENDORS PLEASE SEND OFFICIAL QUOTE, WITH A SAM.GOV REGISTERED DUNS NUMBER, AND EMAIL TO William.A.Swordjr@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/VPLMLCP/70Z08520QP4535200/listing.html)
 
Place of Performance
Address: USCGC WYACONDA (75403), 60 E 1st st, Dubuque, IA 52001, DUBUQUE, Indiana, 52001, United States
Zip Code: 52001
 
Record
SN05492122-W 20191109/191107230849-345d03c7a12c327b501f0af402cfa08d (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.