Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 25, 2025 SAM #8642
SOLICITATION NOTICE

J -- USCGC Willow Oven replacement

Notice Date
7/23/2025 12:36:21 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
70Z08525Q0020473
 
Response Due
7/28/2025 8:00:00 AM
 
Archive Date
08/12/2025
 
Point of Contact
Justin Wooldridge, Phone: 2068205327, Lindsay Mongiovi, Phone: 5716086752
 
E-Mail Address
justin.r.wooldridge2@uscg.mil, lindsay.n.mongiovi@uscg.mil
(justin.r.wooldridge2@uscg.mil, lindsay.n.mongiovi@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
***Extended the Solicitation date to 07/28/2025 at 0800 DEPARTMENT OF HOMELAND SECURITY UNITED STATES COAST GUARD CGC Willow Galley Range Replacement POP 28July25-31-Jul2025 USCGC WILLOW (WLB-202) 1050 Register St N. Charleston, SC 29405 Project Specification For Replacement of Galley Ovens Scope of Work INTRODUCTION Both ovens in the galley require replacement. Ovens have been procured by CGC WILLOW. SITE VISIT Site visits are necessary before quotes involving services can be accepted and to ensure proper information and accurate scope of work. SCOPE OF WORK The Contractor shall be responsible for the following services, start-up and/or training: Located in the Galley, contractor will remove old ovens and install new ovens PN: R36C-ATBM and R36C-ATDM. Contractor will remove interferences and disconnect electrical wiring, Contractor will remove and dispose of old ovens. Contractor will install and reconnect all connections including electrical, piping if need, panels and all other interferences that were removed. Contractor will perform start up and test. Contractor will haul away any trash that may result from the work and leave the space just as it was before they arrived. Contractor will provide necessary information for access to FLETC. GENERAL DISPOSITIONS 1.0 BASE ENTRY Contractor will receive form from unit to fill out for every contractor to be able to access FLETC. 2.0 WORK SITE CONDITIONS 2.1 The Contractor shall take all necessary precautions to adequately protect all personnel, public and private property from harm within the areas of work. During the execution of this contract, the Contractor shall conform to the rules and regulations as set forth by OSHA Safety and Health Standards, 29 CFR Part 1926 - Safety and Health Regulations for Construction. The contractor shall provide barriers, temporary fencing, covers, fall protection, etc. wherever work could cause injury to workers, visitors, Coast Guard personnel, or dependents. 2.2 The Contractor shall keep the project site clean and free of clutter when work is not performed at the site. Remove rubbish and debris from the site on a daily basis, do not allow it to accumulate inside or outside of the work area. 2.3 Refuse, excess or waste materials resulting from work operations shall become the property of the Contractor and shall be recycled and/or disposed of off Government property. All refuse or recycling disposal shall be done in accordance with federal, state, and local laws and regulations. 3.0 MAINTENANCE SERVICES 3.1 If additional work is required over and above the herein specified, the Contractor shall notify the Engineering Officer for appropriate decision and action. 4.0 PROJECT COMPLETION/PERIOD OF PERFORMACE 4.1 All portion of existing work that has been damaged or altered in any way during performance of work shall be repaired or replaced in kind, in an approved manner, to match existing adjoining work. All work of this nature shall be performed by the Contractor at their expense and left in a condition similar to that which existed prior to the start of the work. 4.2 The Contractor shall have a maximum of thirty (30) calendar days after contract award to complete the project. 4.3 The Contractor shall work with unit to plan the replacement and ensure unit is able to close galley. 4.4 On site work shall last no more than fourteen (14) calendar days and is required to be scheduled a minimum of two (2) weeks in advance. 5.0 PRICING VALIDITY 5.1 Vendor quote must include the following statement: ""Vendor has reviewed the customer's SOW and certifies that the price covers the customer's requirement. No additional funds will be required."" 6.0 Unit POC 9.1 CGC WILLOW EO, CWO Archibald Newland (843)-529-0158 9.2 CGC WILLOW Aux chief, MKC Andrew Clapp (843)-529-0158 9.3 CGC WILLOW Electrical chief, EMC Calvin Norris (843)-529-0158
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2b8af2a3ccf94ef0b54f5592d81e3955/view)
 
Place of Performance
Address: North Charleston, SC 29405, USA
Zip Code: 29405
Country: USA
 
Record
SN07520513-F 20250725/250723230045 (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.