Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 09, 2020 SAM #6615
SPECIAL NOTICE

J -- CALIBRATE 4 OIL CONTENT MONITORS FROM CGC MELLON

Notice Date
1/7/2020 1:30:48 PM
 
Notice Type
Special Notice
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
SFLC PROCUREMENT BRANCH 2(00085) ALAMEDA CA 94501 USA
 
ZIP Code
94501
 
Solicitation Number
70Z08520QP4562700
 
Response Due
1/14/2020 8:00:00 AM
 
Archive Date
01/29/2020
 
Point of Contact
William A. M. Sword, Phone: 5106375901, BARBARA FALERO, Phone: 5106375973
 
E-Mail Address
william.a.swordjr@uscg.mil, BARBARA.FALERO@USCG.MIL
(william.a.swordjr@uscg.mil, BARBARA.FALERO@USCG.MIL)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
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 70Z08520QP4562700 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: �JANUARY 14TH, 2020 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 01/16/2020. QUESTIONS: The last day to ask questions will be JANUARY 14TH, 2020, 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. SCOPE OF WORK: Background.� This requirement is for the recurring calibration and repair of the USCGC MELLON�s Oily Content Meter(s) (OCM).� The equipment is approaching its certification expiration date.� In order to maintain Oily Water System (OWS) operation, the Government is required to augment their current staff�s efforts with technical services.� � Scope. The scope of this work is on the USCGC MELLON and consists of returning the OWS to operational status. � Objective. �The objective of this requirement is to calibrate and repair the ship�s OCM(s) for OWS effective operation. � Tasks. The contractor shall provide engineering services to calibrate and repair the OCM(s) to include but not limited to: Clean and Inspect, submit CFR as necessary for the repair/renewal of component parts. ***Note Serial Numbers per unit*** Repair (as necessary) upon approval from the Purchasing Officer / Contracting Officer as listed on the Purchase Order. Diagnostic Testing and Calibration.� Provide certification documentation. Pack and ship OCM(s) to Cutter for reinstallation and to place in service. Delivery. Contractor shall deliver the certified OCM(s) and associated documentation within 5-10 days of receipt of each unit.� � Government furnished property.� There is four (4) units of Government furnished property (GFP) anticipated. � Place of performance- Contractor�s Facility.� � Period of performance- From date of award through 5-10 days.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/554722a2030a4517bcd7197b934f3795/view)
 
Place of Performance
Address: Seattle, WA 98134, USA
Zip Code: 98134
Country: USA
 
Record
SN05527841-F 20200109/200107230128 (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.