Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 14, 2025 SAM #8570
SOLICITATION NOTICE

J -- USCGC DILIGENCE Centerline Vertical Keel, Repair

Notice Date
5/12/2025 11:30:31 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
52000QR250018873
 
Response Due
5/22/2025 9:00:00 AM
 
Archive Date
06/06/2025
 
Point of Contact
joshua miller, Phone: 7576284801
 
E-Mail Address
JOSHUA.N.MILLER@USCG.MIL
(JOSHUA.N.MILLER@USCG.MIL)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
52000QR250018873 NAICS Code 336611 Product Code J020 This is a combined synopsis/solicitation Nr 52000QR250018873 for a commercial items prepared in accordance with the format outlined in FAR Subpart 12.6, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. The NAICS code for this solicitation is 336611. The small business size standard is 1500. This is a total small business set aside; all responsible small business sources may submit proposals that will be considered. This synopsis/ solicitation is issued pursuant to FAR 13.106-1(b), and the resultant purchase order will be awarded on a firm-fixed price basis using simplified acquisition procedures in accordance with FAR 13. THE UNITED STATES COAST GUARD SURFACE FORCE LOGISTICS CENTER REQUEST THE CONTRACTORS TO PROVIDE PRICING FOR THE FOLLOWING: USCGC DILIGENCE Centerline Vertical Keel, Repair Requirements The contractor shall: 3.1.3 Protective measures. The Contractor must furnish and install all protective measures in accordance with SFLC Std Spec 0000, paragraph 3.3.3 (Vessel component, space, and equipment protection). 3.1.4 Interferences. The Contractor must handle all interferences in accordance with SFLC Std Spec 0000, paragraph 3.3.5 (Interferences). Known interferences include, but are not limited to the following: Watertight bulkhead (Frame 52) Hull plating Doppler speed log Turbid water tank Armory (Compartment 4-52-0-M) Cofferdam 3.1.5 Cofferdam repairs. The Contractor must fabricate and install a cofferdam in accordance with UWSH S0600-AA-PRO-160, and as follows: 3.1.5.1 Prior to cofferdam installation, provide the KO with individual diver certification documentation that each diver is trained and experienced in accordance with UWSH S0600-AA-PRO-160, Appendix E. 3.1.5.2 Maintain double-valve protection (two boundaries) using two of the following: Sea chest valve Internal blank-off External cofferdam, patch or plug 3.1.5.3 For sea valve maintenance, notify the COR at least 24 hours prior to removing the sea valve. Install an external patch and an internal gasketed blank immediately after the sea valve is removed. 3.1.5.4 After all work is complete, turn over fabricated cofferdam(s) to the Coast Guard Property Administrator for disposition. NOTE A cofferdam is any device preventing water intrusion during maintenance and/ or repairs; including a plug, patch or containment structure. NOTE Coast Guard personnel will operate all shipboard machinery and equipment. 3.2 Operational test, initial. Prior to commencement of work, the Contractor must witness Coast Guard personnel perform an initial operational test of all items or shipboard devices to be disturbed, used, repaired, or altered, to demonstrate existing operational condition. Submit a CFR. 3.3 Doubler repair. The Contractor must repair the corroded and warped section of the 18� x 8-3/4� x 70# WF centerline vertical keel (CVK) by welding a doubler plate along the web of the CVK beam and the shell plating, in accordance with Coast Guard Drawings 618 WMEC 111-001 and 618 WMEC 122-001, and as designated by the Coast Guard Inspector. The doubler plate must extend three (3) linear feet, from Frame 49 to Frame 52 in the Storeroom (Compartment 4-32-0-A). 3.3.1 NDE. The Contractor must perform NDE of the doubler plate welds in accordance with SFLC Std Spec 0740, Appendix C. If selected NDE method requires coating removal, perform subsequent touch-up preservation in accordance with SFLC Std Spec 6310, (Touch-ups and minor coating repairs). Submit a CFR. NOTE Common NDE methods not requiring coating removal include, but are not limited to the following: a. Radiographic Testing (RT). b. Ultrasonic Testing (UT). c. Eddy Current Testing (ET). 3.4 Boundary test, generic. The Contractor must verify the integrity of all boundaries affected by this work item using one of the methods described in SFLC Std Spec 0740, Appendix C. Submit a CFR. NOTE Coast Guard personnel will operate all shipboard machinery and equipment. 3.5 Operational test, post repairs. After completion of work, the Contractor must thoroughly test, in the presence of the Coast Guard Inspector and demonstrate all items or shipboard devices that have been disturbed, used, repaired, altered, or installed to be in satisfactory operating condition. Submit a CFR. 3.6 Touch-up preservation. The Contractor must prepare and coat all new and disturbed surfaces to match existing adjacent surfaces in accordance with SFLC Std Spec 6310, (Touch-ups and minor coating repair DELIVERY DATE: Period of Performance. 03JUN � 11JUL 20 PLACE OF PERFORMANCE. USCGC DILIGENCE (WMEC 616) U.S. COAST GUARD 211 SOUTH AVE, SUITE G PENSACOLA, FL 32508-5230 B. 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 Government will award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conforming to the solicitation will be more advantageous to the Government, price and other factors considered. Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price proposal that will be considered by the agency. Proposals must be submitted on company letterhead stationery and must include the following information ( 1) Cost Breakdown, (2) Labor Cost, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company DUNS and Cage Code. Quotes must be received no later than 22 mMAY 2025 at 12:00PM Eastern Standard Time. Email quotes are acceptable and should be sent Joshua Miller at email address � Joshua.n.miller@uscg.mil. Offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications-Commercial items, with their offer or have provision FAR 52.212-3 submitted into www.sam.gov. Any questions or concerns regarding any aspect of this RFQ must be forwarded to Contracting Officer, Joshua Miller via email: JOSHUA.N.MILLER@USCG.MIL PROVISIONS / CLAUSES: The following FAR Clauses and Provisions apply to this acquisition and are incorporated by reference: 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) 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 DUNS number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A DUNS 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 (Jan 2018) FAR 52.222-35 - Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212) FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jul 2014) (29 U.S.C. 793) FAR 52.222-37 - Employment Reports on Veterans (Feb 2016) (38 U.S.C. 4212) FAR 52.222-50 - Combating Trafficking in Persons (Jan 2019) FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011) FAR 52.225-1 - Buy American Supplies (May 2014) FAR 52.225-13 - Restrictions on Certain Foreign Purchases (Jun 2008) 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) 52.222-11, Subcontracts (Labor Standards) (MAY 2014) (DEVIATION FEB 2025) 52.222-12, Contract Termination�Debarment (MAY 2014) (DEVIATION FEB 2025) 52.244-6, Subcontracts for Commercial Products and Commercial Services (JAN 2025) (DEVIATION FEB 2025) 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/dafe57bfa2fa42dbb83b515f3417133e/view)
 
Place of Performance
Address: Pensacola, FL 32508, USA
Zip Code: 32508
Country: USA
 
Record
SN07439116-F 20250514/250512230045 (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.