Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 01, 2024 SAM #8130
SOLICITATION NOTICE

J -- USCGC ANTHONY PETIT (WLM-558) DD FY24

Notice Date
2/28/2024 12:59:17 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
 
ZIP Code
94501
 
Solicitation Number
70Z08524RIBCT0001
 
Response Due
3/6/2024 8:00:00 AM
 
Archive Date
03/21/2024
 
Point of Contact
Jerrod Gonzales, Phone: 5104375416, Diego Avila, Phone: 2068154027
 
E-Mail Address
jerrod.a.gonzales@uscg.mil, Diego.J.Avila@uscg.mil
(jerrod.a.gonzales@uscg.mil, Diego.J.Avila@uscg.mil)
 
Description
This requirement is for the contractor to provide all necessary facilities, materials, equipment, personnel, and other such things�necessary to perform dry-dock repairs to the U.S. Coast Guard Cutter (CGC) ANTHONY PETIT (WLM 558) is a 175� Keeper class cutter (buoy tender) currently home-ported in Ketchikan, AK. A Dry Dock Availability on the USCGC ANTHONY PETIT (WLM 558) is required to conduct recurring and emergent maintenance onboard the cutter. REQUIRED OPERATIONAL CAPABILITIES AND PROJECTED OPERATIONAL ENVIRONMENT FOR THE 175-FOOT COASTAL BUOY TENDER -KEEPER CLASS:?� Due to the required operational�capabilities�and projected operational environment for the�175-foot coastal buoy�tender-keeper class, per reference (a), there are�potential safety concerns associated with commercial facilities�locatedoutside of the inside passages of Southeast, AK, and the protected waters of the Pacific Northwest. During the scheduled period of industrial performance, the Gulf of Alaska exceeds sea state four�(4)�52% of the time, per reference (b), thereby providing limited safe windows for the�CGC ANTHONY PETIT to safely complete the 3-day transit across the Gulf of Alaska. Encountering sea states beyond the design limitations of the vessel could have a disastrous impact on the seaworthiness of the vessel placing the cutter crew�s safety at risk.? To safely cross the Gulf of Alaska, CGC ANTHONY PETIT would�be required to wait for an acceptable forecasted sea state, which would jeopardize theCGC ANTHONY PETIT�s�ability to meet the�operational�schedule.� (a)?Coast Guard Projected Operational Environment for the WLM 175� Keeper Class Coastal Buoy Tender, OPNAVINST F3501.364 / COMDTINST M3501.61� (b)??Climatic Atlas, Volume 1, NAVAIR 50-1C-552?� 1. This requirement will be competed as 100% Total Full and Open competition. Award from this solicitation will be made to the responsible offeror whose proposal conforms to all the submission requirements outlined in the instructions to offerors and is determined to provide the best value to the Government, which will evaluate the price and non-cost factors. Technical and past performance factors when combined, are more importance than price. Under Best Value, the Government may accept other than the lowest priced proposal if the perceived benefit warrants the additional price. Per FAR Part 2, Best value is defined as the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement. All offerors shall provide a written statement that all repair work done in accordance with the terms,�conditions, and attachments to this solicitation are under a minimum of a 60-day warranty. Failure to provide a warranty�statement may result in the proposal not being considered for award. All offerors shall fully comply with terms and�conditions�of the RFP and address all solicitation requirements to be eligible for award. The solicitation document must be completed in�its entirety in order to be compliant with the full solicitation. Offerors that take exception to any term or condition of this RFP,�propose any additional term or condition, or omit any required information may not be considered for award. 2. Completing the RFP: Please ensure the following information/sections are completed in their entirety: a. Page 1 blocks 17a, 26 (TOTAL OFFER AMOUNT), 30a, 30b and 30c. b. Complete all clauses requiring vendor certifications or information. c. CLIN prices shall be in U.S. Dollars (inclusive of all costs, applicable taxes, and all relevant charges) d. Provide required certifications and documents, per paragraph 3 (below) e. Written statement of 60-day warranty Please read the RFP and all attachments in their entirety. 3. Technical Requirements As stated in the Work Specification Document, a technically compliant vendor must submit: a. List of Subcontractors, work items involved, and work site addresses b. Welders Qualifications, including welder's name, type of qualifications, and date of last qualification test c. Written description of Property Control System for GFP d. List of NFPA certified Chemists e. Designation of Competent Person f. List of Qualified Sil-brazers 4. Past performance. All offerors must provide two (2) instances of relevant past performance performed within the last three (3) years. This information shall include, but is not limited to: i. Contract Number, Date of Contract Award, and Period of Performance ii. Contact Information for Customer iii. Contract Description iv. Relevant Information 5. To be considered complete, an offer must adhere to the proposal requirements as well as paragraphs 2 and 3, above. A complete proposal shall include a detailed description of the vendor's understanding and plan for compliance with the Specification for drydock repairs. 6. The Contracting Officer plans to make an award without discussions. Therefore, the offer should be complete as submitted, include the offerors best price, and shall not include references to data or information previously submitted. Data previously submitted, if any, will not be incorporated ""by reference"" into the offer and will not be considered in the evaluation of the offer. 7. Clarifications/Questions regarding any aspect of this procurement shall be submitted in writing per ATTACHMENT 4 via email only and addressed to jerrod.a.gonzales@uscg.mil and diego.j.avila@uscg.mil no later than 8 AM PST on February 28, 2024. Phone calls will not be accepted. The subject line of all email correspondence must state RFP#70Z08524RIBCT0001 QUESTIONS in the subject line. All questions and responses will be posted via email and on SAM.gov for all potential offerors to review. Any revision to the RFP as a result of questions and answers will be issued as an amendment to the solicitation. Questions received after this deadline may not be considered. 8. Request for Drawings: The last day to request drawings regarding this solicitation is 8 AM PST on February 28, 2024. After this date, further requests may not be accepted due to time constraints. To request drawings, contact jerrod.a.gonzales@uscg.mil and Erin.A.Olenjack@uscg.mil. All requests should identify the solicitation number RFP#70Z08523RIBCT0001. Some references listed in the Specification, under ""Consolidated List of References,"" are subject to Export Control limitations or have otherwise restricted distribution and have been deemed ""limited access"" and ""export controlled"" packages. In order to access these documents, vendors must be certified as a US or Canadian contractor by the Joint Certification Program (JCP) administered by the Defense Logistic Information Service (DLIS). Instructions and procedures for being certified by JCP can be found at https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/. Only those vendors that have current certification by JCP will be able to be granted explicit access to these packages by the USCG. 9. Responses to this solicitation shall be submitted in writing via email only and addressed to jerrod.a.gonzales@uscg.mil and diego.j.avila@uscg.mil no later than 8 AM PST on March 6, 2024. Phone calls will not be accepted. The subject line of all email correspondence must state RFP#70Z08523RIBCT0001 in the subject line. Proposals received after the deadline may not be considered. ANTICIPATED AWARD DATE: The anticipated date of award is on or about March 27, 2024. 10.Offerors are urged and expected to inspect the site where services are to be performed and to satisfy themselves regarding all general and local conditions that may affect the cost of contract performance, to the extent that the information is reasonably obtainable. In no event shall failure to inspect the site constitute grounds for a claim after contract award. Vessel Name USCGC ANTHONY PETIT Vessel Home Address 1300 Stedman Street Ketchikan, AK 99901 P.O.C. for Site Visit John Brummett P.O.C. Phone Number 925-640-4016 P.O.C. Email john.t.brummett@uscg.mil Contracting P.O.C Jerrod Gonzales Contracting P.O.C Phone Jerrod.a.gonzales@uscg.mil Contracting P.O.C. Email jerrod.a.gonzales@uscg.mil Site Visits/Ship Check should be scheduled and completed NLT 28 February 2023.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/653763cfa7e044f59105766c9fb53c50/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06979566-F 20240301/240228230054 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.