Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 19, 2025 SAM #8454
SOLICITATION NOTICE

20 -- WILLOW MDE AFTERCOOLER SERVICE

Notice Date
1/17/2025 10:45:42 AM
 
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
70Z085Q250002035
 
Response Due
1/27/2025 8:00:00 AM
 
Archive Date
01/27/2025
 
Point of Contact
DONNA O'NEAL, Phone: 5103931145, GEORGE, JERAMYAH, Phone: 5104375436
 
E-Mail Address
Donna.J.O'Neal@uscg.mil, JERAMYAH.W.GEORGE@USCG.MIL
(Donna.J.O'Neal@uscg.mil, JERAMYAH.W.GEORGE@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/services 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 70Z085Q250002035 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 2005-65 dated January 29, 2013. 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. All responses from interested vendors must be received on/before 0800am Pacific Time, JANUARY 27th 2025, and will be reviewed by the Government and awarded based off lowest price technically acceptable. The United States Coast Guard Surface Force Logistics Center has a requirement for the following: STATEMENT OF WORK (SOW) FOR USCGC WILLOW MDE Aftercooler Service CGC WILLOW requires 4000 hour Main Diesel Engine After Cooler cleaning/service outlined in this Statement of Work (SOW). 1.0 GENERAL Background The 225� WLB asset, USCGC WILLOW, has reached 4000 operating hours of the MDE�s and requires scheduled After Cooler cleaning service/maintenance.. Scope The scope of this contract is defined by the efforts and tools required to support USCGC WILLOW (WLB 202). The Contractor shall provide all labor, materials, and tools necessary to clean and service both MDE after coolers IAW OEM specifications/requirements. OBJECTIVE The goal is service both MDE After Coolers IAW OEM specification/requirements. APPLICABLE DOCUMENTS Compliance Documents The following documents provide specifications, standards, or guidelines that must be complied with in order to meet the requirements of this contract: Technical Publication Hull, Mechanical, & Electrical 3556 BOW AND STERN THRUSTERS SPECIFIC REQUIREMENTS/TASKS Unless otherwise stated, this task requires vendor to clean, service, and inspect the WILLOW�s MDE After Coolers at a suitable location and ensure prompt delivery of the cutters After Coolers to the WILLOW�s home port. 2.1 After Cooler Service The Contractor shall perform any inspections or evaluations, as deemed necessary, to determine best path forward for cleaning and servicing both After Coolers. Contractor shall clean and service 02 Main Diesel Engine Model 3608 After Coolers. The Contractor shall ensure proper operation and suitability of the after coolers following service. 2.2 Test Thoroughly and Document The Contractor shall ensure the system is fully functional by preforming a system operational test to be witnessed by Engineering Officer (EO) or the EO�s designated representative. 2.2.1 The Contractor shall ensure prompt return delivery of the After Coolers to the CGC WILLOW at cutters home port: 1050 Register Street North Charleston, SC 29405 CONTRACTOR PERSONNEL 3.1 The Contractor shall provide qualified personnel to perform all requirements specified in this SOW. OTHER APPLICABLE CONDITIONS 4.1 PERIOD of Performance The period of performance for this contract shall not exceed 14 calendar days from the date of award. 4.2 PLACE OF PERFORMANCE The primary place of performance will be at suitable location for vendor to perform required tasks. 4.3 HOURS OF OPERATION Contractor employees shall generally perform all work between the hours of 0730 and 1600 EST, Monday through Friday (except Federal holidays). However, there may be occasions when Contractor employees shall be required to work other than normal business hours, including weekends and holidays, to fulfill requirements under this SOW. Precise times may be negotiated with the cutter Engineering Officer (EO) as scheduling is subject to ship�s operations. 4.4 Daily Progress Reports The Contractor shall hold a daily progress meeting with the Engineering Officer and/or Commanding Officer upon arrival at the asset each morning of the visit. This report shall include a summary of all Contractor work performed, an assessment of technical progress, schedule status, and discuss any hazardous work conditions or necessary precautions the crew need to be made aware of prior to commencing work. 4.5 General Report Requirements The Contractor shall provide all written reports in electronic format with read/write capability using applications that are compatible with DHS workstations (Windows and Microsoft Office Applications). 5.0 GOVERNMENT FURNISHED RESOURCES NA 6.0 CONTRACTOR FURNISHED PROPERTY The Contractor shall furnish all materials, equipment, and services necessary to fulfill the requirements of this contract, except for the Government Furnished Resources specified in Section 5.0. GOVERNMENT ACCEPTANCE PERIOD The EO will inspect deliverables prior to acceptance and provide the contractor with an e-mail that provides documented reasons for non-acceptance. If the deliverable is acceptable, the EO will send an e-mail to the Contractor notifying it that the deliverable has been accepted. 8.0 DELIVERABLES The Contractor shall provide 02 fully serviced and operable MDE After Coolers. Delivery Address: CWO Newland CGC WILLOW 1050 Register Street Noth Charleston SC 29405 (786) 564-5601 Questions and quotes shall be emailed to Donna.J.O'Neal@uscg.mil and Michael.E.Madrigal@uscg.mil Contractors are responsible for verifying receipt of quotes. INTERESTED VENDORS PLEASE SIGN AN OFFICIAL QUOTE WITH A SAM.GOV REGISTERED DUNS NUMBER AND EMAIL TO Donna.J.O'Neal@uscg.mil and Michael.E.Madrigal@uscg.mil
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/6b8aac07b5c946da8c9a69ceed6e0c2a/view)
 
Place of Performance
Address: North Charleston, SC 29405, USA
Zip Code: 29405
Country: USA
 
Record
SN07316749-F 20250119/250117230103 (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.