Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 10, 2025 SAM #8536
SOLICITATION NOTICE

J -- USCGC NAUSHON DIVERS FOR SHAFT SEAL REPAIR

Notice Date
4/8/2025 8:52:05 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
52000QR250011890
 
Response Due
4/8/2025 8:52:00 AM
 
Archive Date
04/23/2025
 
Point of Contact
Timothy ford, Phone: 15716084011, Stacy Spalding, Phone: 7576284664
 
E-Mail Address
timothy.s.ford@uscg.mil, stacy.j.spalding@uscg.mil
(timothy.s.ford@uscg.mil, stacy.j.spalding@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
THE UNITED STATED COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUEST THE CONTRACTORS TO PROVIDE PRICING FOR THE FOLLOWING REQUIREMENT: BACKGROUND: During MPC A43010.0 Shaft Seal Inspection, both Port and Starboard emergency shaft seals exhibited full-flow seawater discharge, far exceeding the acceptable trickle-level leakage threshold, confirming complete seal failure and requiring replacement. REFERENCE: Drawing 110C-WPB-161_5_1-G SCOPE OF WORK: Vendor will travel to Base Ketchikan pier and provide 03 days of Diving Support consisting of a complete dive crew working 10-hour days. Dive crews will temporarily plug both Port and Starboard stern tubes to allow IPF Ketchikan time to slide both propulsion shafts back to replace shaft seals, then remove the temporary plugs once repairs have been completed. Dive crews will provide direct communication between the divers and maintenance technicians in the E/R. Divers will remain on scene while shaft seal is removed or otherwise released by technicians. Ships crew will perform all lock out/ tag out required by the divers. WORKMANSHIP: All work shall be accomplished with the best standard practices, and by workmen thoroughly experienced in the required trades. The work shall be supervised by experienced personnel and shall be satisfactory to the Engineer Petty Officer. PERIOD OF PERFORMANCE: Date: 21APR � 25APR 2025 Time: 0800-1800 PLACE OF PERFORMANCE: USCGC NAUSHON (WPB-1311) 1300 Stedman St KETCHIKAN, AK 99901 Phone: 907-247-0771 POINT OF CONTACT: MKC James Pappas (James.F.Pappas@uscg.mil) | (907) 942-1821 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 Friday APRIL 11, 2025 09:00 A.M. Eastern Standard Time. Email quotes are acceptable and should be sent to TIM FORD at email address � TIMOTHY.S.FORD@USCG.MIL and carbon copy STACY SPALDING at email address STACY.J.SPALDING@USCG.MIL . Any questions or concerns regarding any aspect of the RFQ must be forwarded to the Contracting Officer, SK1 TIM FORD at email address TIMOTHY.S.FORD@USCG.MIL and carbon copy CWO STACY SPALDING at email address STACY.J.SPALDING@USCG.MIL . See attached for FAR Clauses and Provisions apply to this acquisition: 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/0e6f7a77b53c4f8ab07d08ab37f15216/view)
 
Place of Performance
Address: Ketchikan, AK 99901, USA
Zip Code: 99901
Country: USA
 
Record
SN07400873-F 20250410/250408230049 (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.