SOLICITATION NOTICE
J -- UCSGC VIGOROUS FUEL/OIL SERVICE TANK CLEANING
- Notice Date
- 2/8/2024 10:05:26 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562219
— Other Nonhazardous Waste Treatment and Disposal
- Contracting Office
- SFLC PROCUREMENT BRANCH 1(00080) NORFOLK VA 23510 USA
- ZIP Code
- 23510
- Solicitation Number
- 52000QR240002200
- Response Due
- 2/20/2024 4:00:00 AM
- Archive Date
- 03/06/2024
- Point of Contact
- Timothy ford, Phone: 15716084011, Ducal Hayden, Phone: 9545999785
- E-Mail Address
-
timothy.s.ford@uscg.mil, ducal.l.hayden@uscg.mil
(timothy.s.ford@uscg.mil, ducal.l.hayden@uscg.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- BACKGROUND CGC Vigorous is requesting both service fuel tanks to be cleaned and offloaded.� They are extremely dirty and past their original scheduled cleaning. �� SCOPE: The intent of this work item is to open, clean, and dispose of cleaning agent/water. SAFETY: Fuel oil tanks are considered IDLH and shall be cleaned and tested to ensure safe for entry of personnel to enter and clean. HAZARDOUS MATERIAL: Tanks contain fuel oil products. REFERENCE CG SFLC Std. Spec 0000 CG SFLC Std. Spec 0740 627-WMEC_123_1 REQUIREMENTS 4.1 General. 4.1.1 CIR. The Contractor shall submit a CIR for the inspections listed in the following paragraph(s): 3.1.1.1 Visual Inspection 4.1.2 Tech Rep. Not applicable. 4.1.3 Protective measures- General. The Contractor shall furnish and install all protective coverings to seal off and protect all non-affected vessel's components, equipment, and spaces near the work area against contamination during the performance of work. Upon completion of work, the Contractor shall remove all installed protective measures, inspect for the presence of contamination, and return all contaminated equipment, components, and spaces to original condition of cleanliness. Specific areas/equipment/components to be protected include, but are not limited to: �� Topside coatings. �� Interior passageways, work spaces, berthing areas, etc. �� HAZMAT spill protection. Interferences. The Contractor shall handle all interferences in accordance with SFLC Std Spec 0000, paragraph 3.3.5 (Interferences). Interferences include, but are not limited to: Emergency Generator and fuel tank, steering ram and associated framework, deck plates, deck plate supports, structural supports, limited access to work areas. Hotwork. The contractor shall supply Marine Chemist Certification deeming space �SAFE FOR HOTWORK� prior to conducting any grinding, cutting, welding, etc. Open, Clean & Inspect tanks in Scope. Tanks shall be cleaned to a point where no sludge fuel oil contamination is visible Remove & dispose of diesel fuel in the tanks listed in Scope i.a.w. local/state/federal law. Tank Closure: Contractor shall make final inspection in the presence of CG Inspector to ensure all debris, tools, rags, etc. are removed from tank. Contractor shall be responsible for providing ventilation equipment and Marine Chemist services to ensure spaces are safe for entry as required. 5.1 CONTRACTOR PERSONNEL 5.1.1 Qualified Personnel.� The Contractor shall provide qualified personnel and subject matter experts to perform all required tasks specified in this SOW. 5.1.2 Employee Conduct.� Contractor employees shall present a professional appearance and their conduct shall not reflect discredit upon the U.S. Government, and any involved Departments or Agencies.� 5.1.3 Conflict of Interest.� The Contractor shall not employ any person who is an employee of the U.S. Government if that employment would, or would appear to cause, a conflict of interest.� The Contractor shall take appropriate precautions as delineated in the Federal Acquisition Regulation (FAR) to preclude actual or apparent conflicts of interest. 5.2 PERIOD OF PERFORMANCE.� 26 FEB 2024 � 01 MAR 2024 5.3 PLACE OF PERFORMANCE. CGC Vigorous J.E.B. Little Creek/Fort Story Pier 19N 1100 Abbott Rd Virginia Beach, VA. 23455 Contracting Officer Technical Representative (COR) LT Mitch Herrador, EO Ship: (808) 778-5993 Email:� Mitchel.D.Herrador@uscg.mil NOTE: The USCG/Government reserves the right to Award on an All or None Basis that is the Government may issue a Purchase Order (PO) to the Offeror that submits the lowest aggregate price rather than issue a Purchase Order to each Offeror based on the lowest Quotation on each item. 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 USCG/Government intends to award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conformed to the solicitation which will be most advantageous and the Best Value to the Government, price and other factors considered. Please Note: Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price quotation that will be considered by the agency. Quotations must be submitted on company letterhead stationery and must include the following information ( 1) Cost Breakdown, (2) Unit Cost, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company Unique Entity ID (UEI) �and Cage Code.. � Quotes must be received no later than Tuesday, February 20, 2024 at 07:00 A.M. Eastern Standard Time. Email quotes are acceptable and should be sent to Timothy Ford at email address � Timothy.S.Ford@uscg.mil and carbon copy Ducal Hayden at email address Ducal.L.Hayden@uscg.mil. � Any questions or concerns regarding any aspect of the RFQ must be forwarded to the Contracting Officer, SKC Ducal Hayden at email address Ducal.L.Hayden@uscg.mil and carbon copy Timothy Ford at email address Timothy.S.Ford@uscg.mil. � The following FAR Clauses and Provisions apply to this acquisition: 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 (Oct 2018) to include Alt I (Oct 2014). Offeror is to complete the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://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 2019) The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to this awarded contract. 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 2018). Contractors are located and identified in SAM by their UEI number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A UEI 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 ((Jan2020) (E.O.13126). 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 (Jun 2020) (38�U.S.C.�4212). FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jun 2020) (29�U.S.C.�793). FAR 52.222-37 - Employment Reports on Veterans (Jun 2020) (38�U.S.C.�4212). FAR 52.222-50 - Combating Trafficking in Persons (Oct 2020) (22�U.S.C.�chapter�78 and E.O. 13627). FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-1 - Buy American Supplies (Jan2021) (41�U.S.C.�chapter�83). (51) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).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 http://www.arnet.gov/far. 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 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://sam.gov/opp/f0d7743803f94eb19d003b7dfe573c82/view)
- Place of Performance
- Address: Virginia Beach, VA 23455, USA
- Zip Code: 23455
- Country: USA
- Zip Code: 23455
- Record
- SN06959438-F 20240210/240208230048 (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 |