Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 30, 2025 SAM #8465
SOLICITATION NOTICE

39 -- 52000QR250002017 USCGC RAYMOND EVANS CRANE SERVICES

Notice Date
1/28/2025 11:41:52 AM
 
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
52000QR250002017
 
Response Due
1/30/2025 6:00:00 AM
 
Archive Date
02/14/2025
 
Point of Contact
joshua miller, Phone: 7576284801, Damon. D. Jones, Phone: 7576284642
 
E-Mail Address
JOSHUA.N.MILLER@USCG.MIL, Damon.D.Jones@uscg.mil
(JOSHUA.N.MILLER@USCG.MIL, Damon.D.Jones@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
Location of work to be performed: CGC RAYMOND EVANS 100 TRUMBO PT RD KEY WEST FL 33040-0000 USA Period of Performance: POP DATE: 30 JAN 2025 - 07 FEB 2025 Points of Contact: MKC Michael Parks Engineer Petty Officer CGC Raymond Evans (WPB-1110) Cell: (8130 995-4616 michael.l.parks@uscg.mil Product Line Support: CWO Jeff Woody (757)620-9013 Jeff.J.Woody@uscg.mil Vessel Details: CGC RAYMOND EVANS is Homeport at Key West FL during period of performance. RAYMOND EVANS is replacing the starboard SSDG and requires crane services to remove interferences and the SSDG. Description of Problem: The STBD SSDG needs replaced weight of the SSDG is 3080 LB. Work to be performed: Crane and riggers will remove awning, bolt on patch (appx 1000 lb) and generator engine and place in staged locations. Unit will prepare the SSDG, blot on patch and awning for removal. Once new SSDG is ready for install crane and riggers will place SSDG engine bolt on patch then awning. Technical references: 154-WPC_85_201 PROPULSION SYSTEM, SSDG, EDG INSTALLATION DRAWINGS 154B-WPC_204_301 EQUIPMENT REMOVAL PLANS 154B-WPC_131_301 SCANTLINGS - SCANTLINGS - MAIN DECK TP 8206 AWNING REMOVAL AND MAINTENANCE GUIDE 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 Thursday January 30, 2025 at 09:00 A.M. Eastern Standard Time. Email quotes are acceptable and should be sent to JOSH MILLER at email address � JOSHUA.N.MILLER@uscg.mil and carbon copy DAMON JONES at email address DAMON.D.JONES@uscg.mil . Any questions or concerns regarding any aspect of the RFQ must be forwarded to the Contracting Officer, SK2 JOSHUA MILLER at email address JOSHUA.N.MILLER@uscg.mil and carbon copy SKC DAMON JONES at email address DAMON.D.JONES@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/b1dbfe8fb7514700a564503a63367915/view)
 
Place of Performance
Address: Key West, FL 33040, USA
Zip Code: 33040
Country: USA
 
Record
SN07325342-F 20250130/250128230107 (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.