SOLICITATION NOTICE
J -- 52000PR240001921 � � CGC Margaret Norvell � Annual FM200 inspection and maintenance
- Notice Date
- 1/26/2024 12:47:40 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336611
— Ship Building and Repairing
- Contracting Office
- SFLC PROCUREMENT BRANCH 1(00080) NORFOLK VA 23510 USA
- ZIP Code
- 23510
- Solicitation Number
- 52000QR240001921
- Response Due
- 2/5/2024 4:00:00 AM
- Archive Date
- 02/20/2024
- Point of Contact
- Timothy ford, Phone: 15716084011, Ducal Hayden, Phone: 9545999785
- E-Mail Address
-
timothy.s.ford@uscg.mil, ducal.l.hayden@uscg.mil
(timothy.s.ford@uscg.mil, ducal.l.hayden@uscg.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This work item describes the requirements for the Contractor to clean and inspect the interior of the Galley�s Gaylord Hood supply and exhaust ventilation system and recertify the fix fire extinguishing system IAW N30050.D - Galley Hood CTR Fire Sys. The Contractor shall comply with all requirements invoked by this work item, such as SFLC Std Spec 0000 and SFLC Std Spec 5100 (e.g. mark and restore damper positions; remove all intake and exhaust screens, clean vent systems in their entirety from the point where the air enters the system to the point where the air is discharged from the system; restore, renew, or repair all articles or component removed or disturbed to their original condition if damaged or modified during contract work, etc). The Contractor shall furnish and install all protective coverings to seal off and protect all non-affected vessel's components, equipment, and spaces near the work area against contamination during the performance of work.� Upon completion of work, the Contractor shall remove all installed protective measures, inspect for the presence of contamination, and return all contaminated equipment, components, and spaces to original condition of cleanliness. The Contractor shall handle all interferences in accordance with SFLC Std Spec 0000, paragraph 3.3.5 (Interferences). �Known interferences include, but are not limited to the following: Piping Electrical wiring The Contractor shall give written notification to the COR, 48 hours before starting ventilation cleaning work. Operational test, initial. �Prior to commencement of work, the Contractor shall witness Coast Guard Personnel perform an initial operational test of the Galley�s Gaylord Hood supply and exhaust ventilation systems to ascertain its operational condition. � �The Contractor shall take digital photos of all ducting interior surfaces at each opening to show the condition of the duct work prior to cleaning.� Document any and all modifications to the system (e.g. new holes in existing duct, etc.) that will be required to perform the cleaning work. �Do not perform modifications without Coast Guard authorization.� Submit a CFR. Cleaning requirements. �The Contractor shall clean and inspect approximately 15 linear feet of interior ducting and associated componet surfaces of the entire Galley�s Gaylord Hood supply and exhaust ventilation system.� Ventilation duct cleaning from the point where the air enters the system to the point where the air is discharged from the system shall be accomplished in accordance with SFLC Std Spec 5100. �Use Coast Guard drawings and TPs listed in Section 2, as reference.� Galley hood fire extinguishing system recertification.� After completion of cleaning work, the Contractor shall test and recertify the Gaylord Hood fire extinguishing system in accordance with the manufacturer�s requirements and instructions.� Use TP 8057 and Coast Guard Drawing 154 WPC 555-301, sheet 4, as guidance.� Provide associated documentation with the final CFR submission. Duct Interior Images for Final Report.� After completion of work and prior to closing the duct work accesses, the Contractor shall take post-cleaning images of the same areas originally photographed in paragraph 3.3.1� Provide these before and after images in the final report. ��Operational test, post repairs. �The Contractor shall thoroughly test, in the presence of the Coast Guard Inspector, and demonstrate that the Gaylord Hood supply and exhaust ventilation systems is in satisfactory operating condition. �Submit a CFR to include all images in the final report. Service is to be completed between 10-24Feb24 and it will be conducted at their home port. 100 MacArthur Causeway Miami, FL 33139. References above can also be provided upon request. NOTE: The USCG/Government reserves the right to Award on an All or None Basis that is the Government may issue a Purchase Order (PO) to the Offeror that submits the lowest aggregate price rather than issue a Purchase Order to each Offeror based on the lowest Quotation on each item. As stated below, the provision at FAR 52,212-2, Evaluation-Commercial Items-applies with the following addenda: Award of a contract will be based on the following criteria: The purchase order will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5. ������ 1. Please provide any warranty information. ������ 2. Vendors MUST be registered in www.sam.gov The USCG/Government intends to award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conformed to the solicitation which will be most advantageous and the Best Value to the Government, price and other factors considered. Please Note: Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price quotation that will be considered by the agency. Quotations must be submitted on company letterhead stationery and must include the following information ( 1) Cost Breakdown, (2) Unit Cost, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company Unique Entity ID (UEI) �and Cage Code.. � Quotes must be received no later than Monday, February 5, 2024 at 07:00 A.M. Eastern Standard Time. Email quotes are acceptable and should be sent to Timothy Ford at email address � Timothy.S.Ford@uscg.mil and carbon copy Ducal Hayden at email address Ducal.L.Hayden@uscg.mil. � Any questions or concerns regarding any aspect of the RFQ must be forwarded to the Contracting Officer, SKC Ducal Hayden at email address Ducal.L.Hayden@uscg.mil and carbon copy Timothy Ford at email address Timothy.S.Ford@uscg.mil. � The following FAR Clauses and Provisions apply to this acquisition: FAR 52.212-1 - Instructions to Offerors - Commercial Items (Oct 2018) FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014) Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, past performance and quality. FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Oct 2018) to include Alt I (Oct 2014). Offeror is to complete the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov . FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Oct 2018) with the following addenda's. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2019) The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to this awarded contract. FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 - System for Award Management (Oct 2018). Contractors are located and identified in SAM by their UEI number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A UEI number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov. The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to this awarded contract. FAR 52.222-3 - Convict Labor (Jun 2003) FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies ((Jan2020) (E.O.13126). FAR 52.222-21 - Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26 - Equal Opportunity (Sep 2016) FAR 52.222-35 - Equal Opportunity for Veterans (Jun 2020) (38�U.S.C.�4212). FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jun 2020) (29�U.S.C.�793). FAR 52.222-37 - Employment Reports on Veterans (Jun 2020) (38�U.S.C.�4212). FAR 52.222-50 - Combating Trafficking in Persons (Oct 2020) (22�U.S.C.�chapter�78 and E.O. 13627). FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-1 - Buy American Supplies (Jan2021) (41�U.S.C.�chapter�83). (51) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.�s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).FAR 52.232-33 - Payment by Electronic Funds Transfer - Systems for Award Management (Oct 2018) FAR 52.233-3 - Protest After Award (Aug 1996) FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004) *The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far. NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS: This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a) Prospective contractors shall complete electronic annual representations and certifications SAM accessed via https://www.acquisition.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52,204-8 applies.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/06d0b87657554a0f84960ed74edfe8aa/view)
- Place of Performance
- Address: Miami Beach, FL 33139, USA
- Zip Code: 33139
- Country: USA
- Zip Code: 33139
- Record
- SN06946649-F 20240128/240126230044 (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 |