Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 12, 2020 SAM #6678
SOLICITATION NOTICE

J -- USCGC BERTHOLF DOCKSIDE REPAIRS

Notice Date
3/10/2020 12:03:06 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
70Z08520RP453020
 
Response Due
3/13/2020 2:00:00 PM
 
Archive Date
03/28/2020
 
Point of Contact
Lee Thomas, Jude J Rubrico
 
E-Mail Address
lee.f.thomas@uscg.mil, jude.j.rubrico@uscg.mil
(lee.f.thomas@uscg.mil, jude.j.rubrico@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 using procedures set forth in FAR Parts 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial Items, with elements of Part 13.5 ( Simplified Procedures for Certain Commercial Item ), as supplemented with additional information included in the notice. Solicitation number is 70Z08520RP4530200 and is issued as a Request for Proposals (RFP). This announcement constitutes the only solicitation; proposals are being requested and a separate written solicitation will not be issued. This RFP incorporates provisions and clauses in effect through Federal Acquisition Circular 2020-04 effective 15 January 2020. This requirement is a 100% SMALL BUSINESS SET-ASIDE. The NAICS Code is 336611 with a size standard of 1,250 employees. The contract will be awarded on a firm, fixed-price basis, on an SF-1449. Only one award will be made to the responsive, responsible offeror under this solicitation. To receive an award, the Contractor must be registered in the System for Award Management (SAM) www.sam.gov. This requirement is for dockside repairs aboard USCGC BERTHOLF (WMSL 750) consisting of items in accordance with the attached specification (ATTACHMENT 1). Scope of work shall include ship repair and associated support work, and may include work that is not currently listed as Optional Items. A complete list of contract line item numbers and items, quantities and units of measure, including options, is included as ATTACHMENT 2. The Contractor shall furnish all the necessary labor, material services, equipment, supplies, power, accessories, facilities and such other things as are necessary, except as otherwise specified, to perform dry-dock and repairs in accordance with the solicitation, and attached specifications. Failure to read the specifications in their entirety will not relieve the offeror from the responsibility for properly estimating the difficulty or price of successfully performing the work. Failure to do so will be at the offeror's risk. All proposals submitted in response to this solicitation shall stand firm for 90 calendar days from the close date of this solicitation. NOTE: The Government will not pay for costs incurred in the preparation and submission of proposals or other costs incurred in response to this announcement. The anticipated period of performance will be from 23 March 2020 through 15 May 2020. The period of performance may change upon award of the contract. This is a mature requirement with significant historical data. A full list of provisions and clauses which apply to this acquisition are found in ATTACHMENT 3. All prospective offerors are urged to visit a cutter within the WMSL cutter class and visually inspect each item of work and to become acquainted with locations of items and fixtures, removals, replacements, interference and the nature of work. USCGC BERTHOLF will be available for ship check during the solicitation period. INFORMATION REQUIRED WITH PROPOSAL SUBMISSION: Offeror's address, DUNS number ATTACHMENT 2, Schedule of Supplies/Services. Please complete this attachment. Base Contract Line Item Numbers (CLINS) are marked as ""D"" for Definite �O� for Optional. Insert unit prices in all CLINS listed in the schedule. Project plan with milestones, clearly identified important dates, a critical path at each point in the availability, and dependency between work items. Small Business Self Certification for applicable set-asides. Welding Certifications and Procedure Proof of Insurance (statement of coverage from current insurance carrier) Any issued amendments to the solicitation. A completed copy of the provision at FAR 52.212-3, Offeror Representation and Certifications - Commercial Items OR provide notice of registration at www.sam.gov. PROPOSAL DUE DATE: Proposals must arrive no later than 2:00 P.M., PST, on 13 March 2020. Proposals received after this date and time, will not be considered. Mailed and emailed proposals will be accepted. Faxed proposals will not be accepted. Proposals must be sent via e-mail to Jude.J.Rubrico@uscg.mil and Lee.F.Thomas@uscg.mil. All submissions shall include the solicitation number in the subject line of the email. Emailed proposals must not be greater than 10MB per email. PLEASE NOTE: PROPOSALS THAT DO NOT INCLUDE ALL REQUIRED DOCUMENTS MAY BE CONSIDERED NON-RESPONSIVE AND MAY NOT BE CONSIDERED DURING THE EVALUATION PROCESS. ALL CONTRACTORS ARE RESPONSIBLE FOR VERIFYING THE RECEIPT OF THEIR PROPOSALS. ANTICIPATED AWARD DATE: The contract is expected to be awarded on or about 23 March 2020.� Work covered by this solicitation shall be completed within 54 calendar days from the date the vessel becomes available to the Contractor (23 March 2020). Award may be made at an earlier date if practicable. All Federal holidays that lie within the performance period will be observed. ATTACHMENTS TO THIS NOTICE: ATTACHMENT 1 � BERTHOLF DS FQ2 FY20- Specification - Rev. 2, 05 MAR 20 ATTACHMENT 2 - Schedule of Supplies-Services BERTHOLF DS FQ2 FY20 ATTACHMENT 3 - Continuation of Combined Synopsis/Solicitation Clauses ATTACHMENT 4 � Notice of Filing Protests ATTACHMENT 5 - Government Property Report
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/713fdc8283884a329a894ce8c8d6b250/view)
 
Place of Performance
Address: Alameda, CA 94501, USA
Zip Code: 94501
Country: USA
 
Record
SN05584266-F 20200312/200310230153 (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.