SOLICITATION NOTICE
W -- HEATER & FUEL CUBE RENTAL FOR RDAP PROJECT
- Notice Date
- 10/9/2020 5:26:16 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 5324
—
- Contracting Office
- SFLC PROCUREMENT BRANCH 3(00040) BALTIMORE MD 21226 USA
- ZIP Code
- 21226
- Solicitation Number
- 70Z04021Q60683Y00
- Response Due
- 10/26/2020 6:00:00 AM
- Archive Date
- 11/10/2020
- Point of Contact
- CHAD YEARWOOD
- E-Mail Address
-
CHAD.A.YEARWOOD@USCG.MIL
(CHAD.A.YEARWOOD@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 subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a separate written solicitation will not be issued. Solicitation number 70Z04021Q60683Y00 applies and is used as a Request For Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87, effective, 7 March 2016. It is anticipated that a competitive price purchase order shall be awarded as a result of this synopsis/solicitation. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. All quotes shall be emailed to chad.a.yearwood@uscg.mil no later than the closing date on this RFQ. Vendors shall ensure the subject of the email includes solicitation number 70Z04021Q60683Y00. The U.S. Coast Guard, Surface Forces Logistics Center (SFLC) intends to award a Firm Fixed Price Purchase Order. The United States Coast Guard Surface Forces Logistics Center has a requirement for the following: GENERAL REQUIREMENTS: The requirement is to provide four (04) diesel heaters, to provide heat to the CG Yard�s two (02) Big Top Structures located at USCG YARD, 2401 Hawkins Point Road, Baltimore, MD 21226.� COMMENCEMENT AND COMPLETION OF WORK: The rental period is for six (06) months beginning 11/04/20 until 5/04/21, with an option for an additional month, 5/04/21 to 6/04/21.� The contractor shall pick up the units within seven (7) days after notice that the units are no longer required.� Delivery of the units will be coordinated with Mr. Dave Coburn @ 410-977-1407, CWO Nathan Sancarranco @ 410-320-9167 or LCDR Tom Kai @ 410-320-9200. SCOPE OF WORK: The government requires four (04) heaters, two (02) on each Big Top Structure.� They should be capable of maintaining a temperature between 70 � 80 degrees Fahrenheit, with approximately four (04) air changes per hour in each of the two (02) Big Top Structures, each Big Top measures 44� Wide X 120� Long X 42� High, with an approximate volume of 221,760 cubic feet.� Each heater shall be able to output a minimum of 4000 cfm.� The covering on the structures is a Translucent White, Flame Retardant, PVC Laminated fabric with Polyester Scrim, and there are ventilation fans at the top of the structure that are required during painting.� The contractor is to provide and setup all cables, ducting, and related components from the heaters and connect them to the Big Top structures, CG Yard personnel will assist with electrical hook up.� The ducting shall be insulated and weather resistant.� Approximately 50� of ducting is required per enclosure. �CG Yard electrical supply is 3 Phase / 208V / 30 amps.� The contractor shall supply double-walled fuel tanks large enough to hold fuel to run heaters for approximately 4 days, a total of four (04) fuel tanks.� The CG Yard will procure and supply diesel fuel throughout the rental period. � Contractor is responsible for maintenance and repairs to all equipment and components during the rental period.� If at any point during the rental period the unit(s) experience mechanical or performance issues, the Contractor shall provide a mechanic to repair the unit within 24 hours. �If repairs are unable to be made, a replacement unit must be provided within 72 hours. � ORAL MODIFICATION: No oral statement of any person other than the Contracting Officer shall in any manner or degree, modify or otherwise affect the terms of this contract. WORKMANSHIP: All work shall be accomplished with the best standard practices, and by workers thoroughly experienced in the required trades.� The work shall be supervised by experienced personnel and shall be satisfactory to the Contracting Officer. UPON COMPLETION OF WORK: Contact Mr. Dave Coburn @ 410-977-1407, CWO Nathan Sancarranco @ 410-320-9167 or LCDR Tom Kai @ 410-320-9200 to arrange for pickup of the units. ACCESS TO CG YARD: RAPID GATE info/identification by all personnel is preferred.� Access to the CG Yard during the rental period will need to be coordinated through Mr. Dave Coburn @ 410-977-1407, CWO Nathan Sancarranco @ 410-320-9167 or LCDR Tom Kai @ 410-320-9200.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/96b11b561805468da2cd4df814dc43eb/view)
- Place of Performance
- Address: Curtis Bay, MD 21226, USA
- Zip Code: 21226
- Country: USA
- Zip Code: 21226
- Record
- SN05825131-F 20201011/201009230139 (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 |