Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 29, 2020 SAM #6666
SOLICITATION NOTICE

J -- TANKS(BALLAST),CLEAN AND INSPECT

Notice Date
2/27/2020 7:37:42 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SFLC PROCUREMENT BRANCH 1(00080) NORFOLK VA 23510 USA
 
ZIP Code
23510
 
Solicitation Number
70Z080-20-Q-P45B0900
 
Response Due
3/6/2020 7:00:00 AM
 
Archive Date
03/21/2020
 
Point of Contact
Becky Meyer, Phone: 7576284642, Bobby R Griffin, Phone: 7576284942
 
E-Mail Address
Becky.M.Meyer@USCG.MIL, bobby.r.griffin@uscg.mil
(Becky.M.Meyer@USCG.MIL, bobby.r.griffin@uscg.mil)
 
Description
MODIFICATION 01 Add the following to the description, Drawing 901-WME-529-001 will be provided upon request only, forward your request to Gloria H. Spicer via email Gloria.H.Spicer@uscg.mil. This is a combined synopsis/solicitation 70Z080-20-Q-P45B0900 for a commercial items prepared in accordance with the format outlined in FAR Subpart 12.6, FAC 2005-87 (Apr 2016), and as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation.� Quotations are being requested and a written solicitation will not be issued.� The NAICS code for this solicitation is 336611. This synopsis/ solicitation is issued pursuant to FAR 13.106-1(b),and the resultant purchase order will be awarded using simplified acquisition procedures in accordance with FAR 13.�� THE UNITED STATES COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUEST THE CONTRACTORS PROVIDE PRICING FOR THE FOLLOWING SERVICES IN ACCORDANCE WITH THE ATTACHED STATEMENT OF WORK. REQUIREMENT: � The contractor shall provide the following in accordance with the attached statement of work (SOW): Open, Clean & Inspect tanks in Table 1. Tanks shall be cleaned to a point where no fuel oil contamination is visible. � Clean/Flush Clean Ballast Water piping. Piping should be clean to the point where no fuel oil contamination is visible from incoming water. � Open/Clean/Inspect 4-75-2-W Clean Ballast Tank. 4-75-2-W is the tank where the suspected hole/crack/opening to the fuel oil transfer system is located. � Remove & dispose of contents of tank i.a.w. local/state/federal law for the purpose of inspection of fuel oil piping that transits the tank and adjacent tanks for potential ruptures. Contractor shall identify the source of the fuel oil leak/contamination in the 4-75-2-W Clean Ballast Tank. Submit CFR. � CFR shall include location, size, and system of leak source and make recommendations for repair. � Tank Closure: Contractor shall make final inspection in the presence of CG Inspector to ensure all debris, tools, rags, etc. are removed from tank. In addition; all tank gaskets shall be renewed. � PLACE OF PERFORMANCE: � ����������� COMMANDING OFFICER ���������� c/o CG Integrated Support Center ���������� 400 Coast Guard Blvd. ���������� Portsmouth, VA 23703-2199 PERIOD OF PERFORMANCE: � 9 � 13 March 2020 � (0800 � 1600) As stated below, the provision at FAR 52.212-2, Evaluation-Commercial Items- applies with the following addenda: � Award of a contract will be based on the following criteria: The purchase order will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5. 1. Please provide any warranty information. 2. Vendors MUST be registered in www.sam.gov The Government will award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conforming to the solicitation will be more advantageous to the Government, price and other factors considered. Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price proposal that will be considered by the agency. Proposals must be submitted on company letterhead stationery and must include the following information ( 1) Cost Breakdown, (2) Labor Cost, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company DUNS and Cage Code. Quotes must be received no later than 6 March 2020 at 10:00 a.m. Eastern Standard Time. Email quotes are acceptable and should be sent to Gloria Spicer at email address - Gloria.H.Spicer@uscg.mil. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial items, with their offer or have provision FAR 52.212-3 submitted into www.sam.gov. Any questions or concerns regarding any aspect of this RFQ must be forwarded to Contracting Officer, SKC Becky M. Meyer via email Becky.M.Meyer@uscg.mil and telephone ������(757) 628-4642; and Mrs. Gloria Spicer via email Gloria.H.Spicer@uscg.mil. PROVISIONS / CLAUSES: The following FAR Clauses and Provisions apply to this solicitation and are incorporated by reference: FAR 52.212-1 - Instructions to Offerors - Commercial Items (Oct 2018) FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014) Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, past performance and quality. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Dec 2019) to include Alt I (Oct 2014). These certifications must be included with quote and can be accessed and downloaded via Beta Sam.Gov with this RFQ. Contractors are encouraged to submit through https://www.sam.gov. FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Oct 2018) with the following addenda's. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2020) FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 - System for Award Management (Oct 2016). Contractors are located and identified in SAM by their DUNS number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A DUNS number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov. The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to this awarded contract. FAR 52.222-3 - Convict Labor (Jun 2003) FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies (Jan 2020) FAR 52.222-21 - Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26 - Equal Opportunity (Sep 2016) FAR 52.222-35 - Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212) FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) FAR 52.222-37 - Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212) FAR 52.222-50 - Combating Trafficking in Persons (Jan 2019) FAR 52.222-55 - Minimum Wages Under Executive Order 13658 (Dec 2015) FAR 52.222-62 - Paid Sick Leave Under Executive Order 13706 (Jan 2017) FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-1 - ��Buy American Supplies (May 2014) FAR 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008) FAR 52.232-33 - Payment by Electronic Funds Transfer - Systems for Award Management (Oct 2018) FAR 52.233-3 - ��Protest After Award (Aug 1996) FAR 52.233-4 - ��Applicable Law for Breach of Contract Claim (Oct 2004) *The above/following clauses are incorporated by reference, entire clause(s) available at https://www.acquisition.gov/browsefar. NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a) Prospective contractors shall complete electronic annual representations and certifications at SAM accessed via https://www.acquisition.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52.204-8, applies.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/7d51b039fc8e4ab3b759ac617741f7fc/view)
 
Place of Performance
Address: Portsmouth, VA 23703, USA
Zip Code: 23703
Country: USA
 
Record
SN05574167-F 20200229/200227230138 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.