SOLICITATION NOTICE
20 -- Morro Bay dry docking
- Notice Date
- 1/30/2025 1:42:46 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
- 70Z085Q250002323
- Response Due
- 2/7/2025 8:00:00 AM
- Archive Date
- 02/22/2025
- Point of Contact
- Justin Wooldridge, Phone: 2068205327, GEORGE, JERAMYAH, Phone: 5104375436
- E-Mail Address
-
justin.r.wooldridge2@uscg.mil, JERAMYAH.W.GEORGE@USCG.MIL
(justin.r.wooldridge2@uscg.mil, JERAMYAH.W.GEORGE@USCG.MIL)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- STATEMENT OF WORK USCGC MORRO BAY Emergency Dry Docking Scope of Work The contractor must provide all personnel, equipment, tools, materials, supervision, and other items and services necessary to perform as defined in this Scope of Work, The contractor must perform to the standards in this contract. Work Statement Date of work: Feb 11th Estimated on site time: not to exceed 1 days Certifications needed: Cutter will provide contractor with liquid load and verify the lift calculations. Scope of Services Contractor to pick up Morro Bay and set on keel block for expedited docking work to be completed. Contactor will provide temp shore power and fire fighting water with MOU with local fire department to provide response crews for a fire event onboard. Contractor will provide divers to verify strapping prior to lift. Contractor will provide climate controlled office space with WiFi, bathroom facilities for watchstander. Contractor will procure 8� bronze butterfly valve and perform valve replacement of #1 MDE raw water recirculating valve to the sea chest. Contractor will place Morro Bay back into the water and perform leak checks prior to removing strapping. Contractor will provide man lifting capabilities in leu of scaffolded brow access to provide watchstander access to vessel 24/7. 1.1.2 Contracting Officers� Government Representative (COR): 1.1.2.1 Name: MKCM Michael V. Parker Unit: USCGC MORRO BAY PH: 216-937-0166 or 808-699-9480: E-mail: Michael.V.Parker@uscg.mil 1.1.3 Contact for questions: 1.1.3.1 Any questions regarding scope of work must be directed to the Contracting Officer. 1.1.3.2 Unless specifically annotated below in part 1.5.3, all requests for site visits must be scheduled through the COR. Requests can be submitted via phone call or e-mail. 1.1.3.3 A site visit for all interested parties is scheduled as below. All interested offerors must arrive no later than five minutes prior to the start time indicated in order to allow coordination by the COR. Date: TBD Start Time: 0800 to 1300est Location: 1055 East 9th ST Cleveland OH 44114 1.2 Contractor Personnel 1.2.1 Contract Manager The contractor must provide a contract manager who must be responsible for the performance of the work. The name of this person, and an alternate or alternates, who must act for the contractor when the manager is absent, must be designated in writing to the contracting officer. 1.2.1.1 The contract manager or alternate must have full authority to act for the contractor on all contract matters relating to daily operation of this contract 1.2.1.2 The contract manager and alternate or alternates must be able to read, write, speak, and understand the English language. 1.2.2 Contractor employees The contractor must not employ persons for work on this contract if such employee is considered by the contracting officer to be a potential threat to the health, safety, security, general well-being, or operational mission of the installation and its population. 1.2.2.1 Contactor personnel must present a neat appearance and be easily recognized as contractor employees. 1.2.2.2 The contractor must not employ any person who is an employee of the U. S. Government if employing that person would create a conflict of interest. Additionally, the contractor must not employ any person who is an employee of the U. S. Coast Guard unless such person seeks and receives approval according to U. S. Coast Guard regulations. 1.2.3 Security requirements Due to heightened Security at USCG Facilities, all contractor employees performing tasks related to this SOW, while onboard a Coast Guard facility, shall have proper valid identification. Time spent undergoing entrance to USCG facilities will not be considered a government delay of work or differing site condition. 1.3 Hours of Operation 1.3.1 The contractor must perform the tasks as required by the SOW under this contract during the following hours: Monday through Friday between 8:00am and 3:00pm unless other time is specified. 1.3.2 Holidays: If applicable 1.3.3 Special event, or adjusted work hours: If circumstances should arise wherein the contractor desires a different work schedule as required in section 1.3.1 above, the contractor must request same in writing. Submit written request to the government Contracting Officers Representative (COR) a minimum of 24 hours before the requested adjusted work schedule. If the desired schedule change is to be effective on a Monday, the request must be submitted to the COR prior to 9:00am on the Friday prior to commencement of work. 1.4 Award It is the governments� intent to make award to the low cost responsive offered through issuance of a firm fixed price contract. 1.4.1. Under FAR 4.1103 prospective contractor shall be registered in System Award Management (SAM) prior to award. Failure for contractor to be registered in (SAM) shall result in Contracting Officer to proceed with next successful registered offeror. Website: www.sam.gov 1.5 Invoicing Invoices shall be sent to address as per the contract. To insure proper payment, all invoices shall have requisition number/order number, company name and address, DUNS number, invoice number and date clearly indicated on your invoice. It is recommended that the offeror attach a copy of the Purchase Order / Contract to their invoice(s). SECTION 4 � CONTRACTOR FURNISHED ITEMS AND SERVICES Except for those items, services, or commodities specifically stated in section 3 as government furnished, the contractor must furnish everything needed to perform this contract according to all its terms. SECTION 5 � SPECIFIC TASKS: Detailed specification requirements that is performed by contractor as follows: Contractor will provide a travel lift to lift Morro Bay fully loaded with fuel, the vessel will be placed on keel blocks only with 80% load to remain on the travel lift, 20% on blocks. Contractor will procure 8� butterfly valve and perform replacement of valve on the sea chest. Contractor will float Morro bay upon completion of valve fitting on same day. Contractor will float vessel and perform leak checks. Contractor will have a standing MOU with local fire department to provide fire response. Contractor will provide office space with bathroom facilities and WiFi for the watchstander for the duration of the haul out. Location: If the haul out is to be conducted away from home port Contractor will provide lodging for the entire crew. this it to be awarded Lowest price technically acceptable in accordance with the SOW.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c0b5f12a9ac8447fb849669cd423fda8/view)
- Place of Performance
- Address: Cleveland, OH 44114, USA
- Zip Code: 44114
- Country: USA
- Zip Code: 44114
- Record
- SN07328060-F 20250201/250130230110 (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 |