Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 19, 2025 SAM #8545
SOLICITATION NOTICE

J -- CGC HERON HULL CLEANING AND INSPECTION

Notice Date
4/17/2025 8:15:48 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
52000QR250012614
 
Response Due
4/17/2025 1:30:00 PM
 
Archive Date
05/02/2025
 
Point of Contact
Damon Jones, Phone: 5716079385
 
E-Mail Address
damon.d.jones@uscg.mil
(damon.d.jones@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
**this is a Small Business Set Aside** THE UNITED STATED COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUEST THE CONTRACTORS TO PROVIDE PRICING FOR THE FOLLOWING REQUIREMENT: 1. BACKGROUND: USCGC HERON requires its annual Hull inspection and hull cleaning. 2. REFERENCE: MPC: KB0004.0 3. SCOPE OF WORK/Requirements: Hull inspection and hull cleaning service ONLY for CGC HERON. Contractor to provide underwater hull and propeller inspection and cleaning. Any repairs or deviations from the inspection are not authorized unless explicitly approved by the Coast Guard contracting officer; contractor will assume all costs and risk for non-approved repairs/deviations from the initial quote of service. Pyro will be supplied by the CG. Shipping/Delivery details (round trip) will be arranged between the contractor and CGC HERON�s POC: MKC Angel Leonard - Email: Angel.J.Leonard@uscg.mil. Phone: (401) 447-7619. 4. 4.1 CONTRACTOR PERSONNEL 4.1.1 Qualified Personnel. The Contractor shall provide qualified personnel and subject matter experts to perform all required tasks specified in this SOW. 4.1.2 Employee Conduct. Contractor employees shall present a professional appearance and their conduct shall not reflect discredit upon the U.S. Government, and any involved Departments or Agencies. Contractor employees shall comply with all applicable Government regulations, policies, and procedures (e.g., fire, safety, sanitation, environmental protection, security, �off limits� areas, wearing of parts of military uniforms, and possession of weapons) when visiting or working at Government facilities. 4.1.3 Conflict of Interest. The Contractor shall not employ any person who is an employee of the U.S. Government if that employment would, or would appear to cause, a conflict of interest. The Contractor shall take appropriate precautions as delineated in the Federal Acquisition Regulation (FAR) to preclude actual or apparent conflicts of interest. 5. PERIOD OF PERFORMANCE: Dates: 04/21/2025 - 4/23/2025 Time: To be determined by Requiring unit. 6. PLACE OF PERFORMANCE: USCGC HERON (WPB-1311) USCG BASE CAPE MAY CAPE MAY , NJ 08204 7. POINT OF CONTACT: MKC Angel Leonard - Email: Angel.J.Leonard@uscg.mil. Phone: (401) 447-7619. Please email MKC Angel Leonard for all Technical Questions regarding Statement of work, please make sure that the Contracting Officer is copied on all correspondence emails to Technical matter expert. Contracting Officer: Damon Jones - damon.d.jones@uscg.mil 8. 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/Lowest Price Technically Acceptable to the Government, price and other factors considered such as time of delivery, availability to meet service requirement and required company registration of in SAM.gov.. 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 Tuesday APRIL 15, 2025 10:00 A.M. Eastern Standard Time. Email quotes are acceptable and should be sent to 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, SKC DAMON JONES at email address DAMON.D.JONES@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/f6ab15d0049e445ab052038abdfbad44/view)
 
Place of Performance
Address: Cape May, NJ 08204, USA
Zip Code: 08204
Country: USA
 
Record
SN07412449-F 20250419/250417230044 (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.