SOLICITATION NOTICE
F -- GRIT REMOVAL & DISPOSAL
- Notice Date
- 4/16/2025 9:41:05 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 562910
— Remediation Services
- Contracting Office
- SFLC PROCUREMENT BRANCH 3(00040) BALTIMORE MD 21226 USA
- ZIP Code
- 21226
- Solicitation Number
- 70Z04025Q60650Y00
- Response Due
- 5/1/2025 9:00:00 AM
- Archive Date
- 05/16/2025
- Point of Contact
- Erica Perry, Phone: 4106366601, Shannon Carter, Phone: 4107626503
- E-Mail Address
-
erica.l.perry@uscg.mil, shannon.r.carter@uscg.mil
(erica.l.perry@uscg.mil, shannon.r.carter@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, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes only solicitation; quotes are being requested and a separate written solicitation will not be issued. Solicitation number 2125405Y61B5591002 applies and is used as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-05, dated 22 May 2024. It is anticipated that a competitive price purchase order shall be awarded as a result of this synopsis/solicitation. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The U.S. Coast Guard, Surface Forces Logistics Center (SFLC) intends to award a Firm Fixed Price Purchase Order. No down payments or advanced payments will be made to the awarded vendor. Vendor shall ensure they can secure funding for this order until delivered and received by the US Coast Guard. Payment will be made by Government Purchase order (Net 30) and the vendor shall assume financial responsibility until the order is accepted and received by US Coast Guard. Payment of the work is authorized to be submitted as work is completed but must be approved by the Contracting Officer First. Basis for Award: This solicitation is based on FAR 13 � Simplified Acquisition Procedures and quotes will be reviewed and awarded on a Best Value basis per the solicitation. Past performance will only be reviewed for �responsibility� basis per FAR 9.1. The evaluation criteria for the quote�s will be who meets all the technical requirements, who meets our deadlines and price. If Drawings are required per the SOW Include this: All quotes must include the drawings approved by a professional engineer that are stated in the Statement of Work in order to be considered. Drawings will then be reviewed by U. S. Coast Guard Yard Structural and Safety departments to ensure it meets our needs. All quotes shall be emailed to Erica Perry via Erica.L.Perry@uscg.mil and shall be received no later than 05/01/2025 at 1200 PM (Eastern). All emailed quotes shall have 2125405Y61B5591002 in the subject of the email. A site visit has been scheduled for April 22nd at 1000. Please email Nathan Sancarranco (Nathan.L.Sancarranco@uscg.mil) if you will be attending the site visit so they can plan accordingly. Vendor Information: Entity Name Entity Unique Entity ID Entity Address Entity POC Entity Phone Number POC Email Address Vendor shall provide: Line 1: GRIT REMOVAL DESCRIPTION: GRIT REMOVAL AND DISPOSAL APPROXIMATELY 60-TONS The Contractor shall provide all personnel, equipment, tools, supervision, and other items necessary to perform Grit Removal and Disposal Services. Statement of work will be provided. 110' FMS EX-Anacapa. Unit of Issue: 1 JB Line Total: Estimated Performance Date: 05/27/2025 to 06/20/2025 Line 2: GRIT REMOVAL DESCRIPTION: GRIT REMOVAL AND DISPOSAL APPROXIMATELY 60-TONS The Contractor shall provide all personnel, equipment, tools, supervision, and other items necessary to perform Grit Removal and Disposal Services. Statement of work will be provided. 110' FMS Ex- Orca Unit of Issue: 1 JB Line Total: Estimated Performance Date: 05/27/2025 to 06/20/2025 *All Work must be completed in accordance with the attached Statement of Work for the order. Place of Performance: The work to be performed under this contract will be performed: U.S. Coast Guard Yard, Buildings 8A Inside Machine Shop 2401 Hawkins Point Road, Building 78 Curtis Bay, Baltimore, MD 21226. Invoicing In IPP It is a requirement that all invoicing for Purchase Orders will now be entered and processed through https://www.ipp.gov. All invoices must contain the following information: CG Purchase Order number, vendor�s invoice number, cage number, PO item number, description of supplies or services, unit prices and extended totals (INVOICES FOR PURCHASE ORDERS AWARDED BY SURFACE FORCE LOGISTICS CENTER, BALTIMORE ARE TO BE SUMITTED AS NON PO IN IPP). Shipping costs will be indicated as a separate line item on the invoice (if applicable). Shipping cost $100 or more must be accompanied by a separate freight invoice when submitting an invoice(s) for payment (if applicable). To submit an invoice, vendor must have access to www.ipp.gov. To gain access please indicate if you don�t have an account So the issuing office can establish one for you. FAR Clauses This order is subject to but is not limited to the following Federal Acquisition Regulations: 52.204-24 Representation Regarding Certain Telecommunications and Video Surveillance Services or Equipment. 52.204-26 Covered Telecommunications Equipment or Services-Representation. 52.212-1 Instructions to Offerors�Commercial Products and Commercial Services. 52.212-3 Offeror Representations and Certifications�Commercial Products and Commercial Services. 52.204-23 Prohibition on Contracting for Hardware, Software, and Services Developed or Provided by Kaspersky Lab Covered Entities. 52.204-25 Prohibition on Contracting for Certain Telecommunications and Video Surveillance Services or Equipment. 52.212-5 Contract Terms and Conditions Required To Implement Statutes or Executive Orders�Commercial Products and Commercial Services. As prescribed in 17.208(f), insert a clause substantially the same as the following: Option to Extend Services (Nov 1999) The Government may require continued performance of any services within the limits and at the rates specified in the contract. These rates may be adjusted only as a result of revisions to prevailing labor rates provided by the Secretary of Labor. The option provision may be exercised more than once, but the total extension of performance hereunder shall not exceed 6 months. (End of clause)
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c5293c54916d4b88baa3828bfd641b49/view)
- Place of Performance
- Address: Curtis Bay, MD 21226, USA
- Zip Code: 21226
- Country: USA
- Zip Code: 21226
- Record
- SN07410454-F 20250418/250416230046 (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 |