Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 03, 2022 SAM #7673
MODIFICATION

J -- 70Z08523R45000001- USCGC Bluebell (WLI 313) Dockside Repairs

Notice Date
12/1/2022 2:42:04 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
70Z08523R45000001
 
Response Due
1/2/2023 1:00:00 PM
 
Archive Date
01/17/2023
 
Point of Contact
Erin Olenjack, Patrick Brown
 
E-Mail Address
Erin.A.Olenjack@uscg.mil, Patrick.D.Brown@uscg.mil
(Erin.A.Olenjack@uscg.mil, Patrick.D.Brown@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This requirement is for the contractor to provide all necessary facilities, materials, equipment, personnel, and other such things necessary to perform Dockside repairs to the U.S. Coast Guard Cutter (USCGC) BLUEBELL (WLI 313), a 100' Inland Tender currently homeported in Portland, OR, in accordance with ATTCH-01,Specification for Dockside Repairs. Work list will include, but not limited to: buoy crane, inspect and service; sewage piping, clean and flush; cross deck winch, inspect and service; interior decks, renew; compressed air receiver, overhaul; main diesel engine exhaust piping, renew. All work is to be performed at cutters homeport if permissible. The required performance period is 21FEB2023 � 28MAR2023. Award from this solicitation will be made to the responsible offeror whose proposal conforms to all of 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 equal in importance as 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.� It is the offeror�s responsibility to ensure all electronic media are readable and received by the Government. All offers shall be valid for 90 days from the solicitation due date. All offerors shall provide a written statement that offers are valid for 90 days from the solicitation due date. All offerros 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. Faiilure 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. Completing the RFP: Please ensure the following information/sections are completed in their entirety: Page 1 blocks 17a, 26 (TOTAL OFFER AMOUNT), 30a, 30b and 30c. Complete all clauses requiring vendor certifications or information CLIN prices shall be in U.S. Dollars (inclusive of all costs, applicable taxes, and all relevant charges) Written statement of proposal�s validity for 90 days Written statement of 60 day warranty Please read the RFP and all attachments in their entirety. 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: Contract Number, date of contract award, and period of performance Contact information for Customer Contract Description Relevant Information �???????Proposals, including any enclosures, past performance information, details regarding how the vendor intends to meet the requirements of the Specification for dockside repairs, proposal validity and warranty guarantees, and any other supporting information shall be no more than 15 pages in length, excluding the completed solicitation 1449 document. Pages shall be 8.5 inches x 11 inches, no less than .5 inch margins, and written using Times New Roman font with no less than 11 point font size including graphics, charts, and any other materials. To be considered complete, an offer must adhere to the following detailed 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 dockside repairs 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. Questions regarding any aspect of this procurement shall be submitted in writing per ATTCH-04 via email only, and addressed to Erin.A.Olenjack@USCG.Mil and Patrick.D.Brown@uscg.mil no later than 1000 PST on December 12, 2022. Phone calls will not be accepted. The subject line of all email correspondence must state RFP#70Z08523R45000001 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. Responses to this solicitation shall be submitted in writing via email only, and addressed to Erin.A.Olenjack@USCG.Mil and Patrick.D.Brown@uscg.mil no later than 1300 PST on January 2. 2023 Phone calls will not be accepted. The subject line of all email correspondence must state RFP#70Z08523R45000001 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 January 21, 2023.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d1d74a1d30614a0da4da5b150a8d53a1/view)
 
Place of Performance
Address: Portland, OR, USA
Country: USA
 
Record
SN06532207-F 20221203/221201230100 (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.