Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 13, 2025 SAM #8600
SOLICITATION NOTICE

J -- Dockside Repairs of CGC WAESCHE (WMSL 751)

Notice Date
6/11/2025 4:16:02 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
70Z08525RFLREP0014
 
Response Due
7/7/2015 10:00:00 AM
 
Archive Date
07/22/2015
 
Point of Contact
Valerie S Rivera-Chase, Phone: 5104375422, Robin B. Kloeppel, Phone: 2068274342
 
E-Mail Address
Valerie.S.RiveraChase@uscg.mil, robin.b.kloeppel@uscg.mil
(Valerie.S.RiveraChase@uscg.mil, robin.b.kloeppel@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, Streamlined Procedures for Evaluation and Solicitation for Commercial, with elements of Part 15. This announcement constitutes the only solicitation/proposal are being requested, and a separate written solicitation will not be issued. The solicitation is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-03 effective 17 January 2025. This requirement is being solicited as a 100% Small Business Set-Aside. The NAICS Code is 336611 � Ship Repair with a small business size standard of 1,300 employees. The solicitation number is 70Z08525RLREP0014. Only one award will be made to the responsive, responsible offeror under this solicitation. The contract will be awarded on a firm-fixed-price basis. To receive an award, the Contractor must be registered in the System for Award Management (SAM) www.sam.gov. This requirement is for dockside repairs and maintenance of the USCGC WAESCHE (WMSL 751) consisting of items in accordance with the attached specifications (ATTACHMENT 8). A complete list of work line-item numbers and items, quantities and units of measure is included as ATTACHMENT 1, Schedule of Prices. The Contractor shall furnish all the necessary labor, material services, equipment, supplies, power, accessories, facilities, and such other things as are necessary, except as otherwise specified, to perform dockside repairs to the vessel, in accordance with the solicitation and attached specifications. Failure to read the specifications in their entirety will not relieve the offeror from the responsibility for properly estimating the difficulty or price of successfully performing the work. Failure to do so will be at the offeror's risk. All proposals submitted in response to this solicitation shall stand firm for 90 calendar days from the response date of this solicitation. NOTE: The Government will not pay for costs incurred in the preparation and submission of proposals or other costs incurred in response to this announcement. The period of performance for this acquisition is 20 October 2025 through 11 January 2026. All work under this contract will be performed onboard the cutter at the cutter�s homeport in Alameda, CA. Provision at 52.212-1, Instructions to Offerors-Commercial Products and Commercial Services (SEPT 2023), and its addendum applies to this acquisition. See Solicitation Clauses & Provisions of the RFP, Attachment 2. Provision at 52.212-2, Evaluation � Commercial Products and Commercial Services (NOV 2021), and its addendum applies to this solicitation. See Solicitation Clauses and Provisions of this RFP, Attachment 2. Offerors shall include all representations are completed in their System for Award Management (SAM) registration at sam.gov and FAR Provision 52.212-3, Offeror Representations and Certifications � Commercial Products and Commercial Services (as applicable) with its Alternate I (MAY 2024). See Solicitation Clauses & Provisions of the RFP. Clause at 52.212-4, Contract Terms and Conditions-Commercial Products and Commercial Services (NOV 2023), and its addendum applies to this acquisition. See Solicitation Clauses & Provisions of the RFP, Attachment 2. Clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Products and Commercial Services (JAN 2025), applies to this acquisition. Of those FAR clauses cited in this clause, those annotated with an �X� are applicable to this acquisition. See Solicitation Clauses & Provisions of the RFP, Attachment 2. Offerors must complete and submit all required documents applicable to this solicitation, with particular emphasis on Schedule of Prices, contract clauses, and 52.212-3, Offeror Representation & Certifications � Commercial Items, including all amendments issued under this solicitation. Contractors are required to offer prices for all items listed in Schedule of Prices, ATTACHMENT 1, to be considered. All prospective offerors are urged to visit the cutter and visually inspect each item of work and to become acquainted with local conditions, locations of items and fixtures, removals, replacements, interference, and the nature of work. Interested vendors requesting a ship check must meet facility access requirements for the cutter's home port. Site Visit/Ship Check should be scheduled and completed by 12:00 P.M., PST time on 28 June 2025. QUESTIONS AND REQUEST FOR DRAWINGS: Drawings will be made available upon request by email to the Contracting Officer, Valerie Rivera-Chase, at Vaerie.S.Riverachase@uscg.mil. All requests for drawings must be submitted by no later than 20 June 2025 at 1:00 P.M., PST. It shall be the obligation of the Offeror to exercise due diligence to discover and to bring to the attention of the Government any ambiguities, inconsistencies, or concerns regarding the information in this solicitation. Requests for clarifications are due no later than 30 June 2025 at 1:00 P.M., Pacific time. See ATTACHMENT 3, Request for Clarification. After this date and time, further requests may not be accepted or answered due to time constraints. Submission of questions and any resulting answers from the Government will not require the Contracting Officer to extend the solicitation closing date. Questions/concerns will be compiled and addressed on a Standard Form 30, Amendment of Solicitation, and will be posted via http://SAM.gov for viewing by all potential Offerors. However, in accordance with COMDTINST M5260.6A, Management of Scientific and Technical Information (STINFO), please complete and return ATTACHMENT 7, DHS Form 11-0006 Non-Disclosure Agreement, to Valerie.S.RiveraChase@uscg.mil along with your request for drawings. This form will also allow you to receive any missing or revised drawings applicable to this dockside. In addition, some references listed in the Specification, under ""Consolidated List of References,"" are subject to Export Control limitations or have otherwise restricted distribution and have been deemed ""limited access"" and ""export controlled"" packages. In order to access these documents, vendors must be certified as a US or Canadian contractor by the Joint Certification Program (JCP) administered by the Defense Logistic Information Service (DLIS). Instructions and procedures for being certified by JCP can be found at http://www.dlis.dla.mil/jcp/. Only those vendors that have current certification by JCP will be able to be granted explicit access to these packages by the USCG. Contractor(s) must ensure that the following DOCUMENTS and/or information are submitted with their proposal: (i) Offeror's address, Unique Entity ID number. (ii). ATTACHMENT 1, Schedule of Prices. Please complete the table of pricing on this attachment. Base Contract Line Item Numbers (CLINS) are marked as ""D"" for Definite line items, �O� for Optional Item for work that, if there is an award, will be in the resultant award, COMPOSITE LABOR HOUR RATE which will be included in the Total Evaluated Price for evaluation purposes only. (iii) Welding Certifications and Procedure (vi) Proof of Insurance (statement of coverage from current insurance carrier) (v) Signed copy of any issued amendments to the solicitation. (vi) A completed copy of the provision at 52.212-3, Offeror Representation and Certifications - Commercial Items OR provide notice of registration at www.sam.gov. (vii) Solicitation Contract Clauses and Provisions, also includes additional information that must be submitted with your proposal. Please review each page of this attachment thoroughly as it contains more proposal instructions, clauses, and provisions which may contain blocks that must be completed. (viii) Technical Capability (ix) Past Performance Proposal with the Past Performance Questionnaire form(Attachment 4). ANTICIPATED AWARD DATE: The contract is expected to be awarded on or about 01 August 2025. Work covered by this requirement shall be completed within the period of performance for each cutter. Proposal must arrive no later than 10:00 AM, PST on 07 July 2025. Proposals received after this date and time, will not be considered. Mailed and emailed proposals will be accepted. Facsimile proposals will not be accepted. When submitting proposals by email, please submit the electronic copy to Valerie.S.RiveraChase@uscg.mil, and copy Robin Kloeppel at Robin.B.Kloeppel@uscg.mil. All submissions shall include the solicitation number in the subject line of the email. Emailed proposals must not be greater than 10MB per email. Offerors who elect to use commercial delivery services for delivery of their proposals are advised that such delivery must be made to Coast Guard Alameda Base, SFLC � CPD2LREPL, Bldg. 55, 2nd Floor, Alameda, CA 94501. Delivery of the proposal to any other location within the Coast Guard Island will not be sufficient or acceptable. PLEASE NOTE: PROPOSALS THAT DO NOT INCLUDE ALL REQUIRED DOCUMENTS MAY BE CONSIDERED NON-RESPONSIVE AND MAY NOT BE CONSIDERED DURING THE EVALUATION PROCESS. ALL CONTRACTORS ARE RESPONSIBLE FOR VERIFYING THE RECEIPT OF THEIR PROPOSALS. LIST OF ATTACHMENTS ATTACHMENT 1 � Schedule of Items � Prices ATTACHMENT 2 - Solicitation Clauses & Provisions ATTACHMENT 3 - Request for Clarification ATTACHMENT 4 � Past Performance Questionnaire ATTACHMENT 5 - Government Property Report ATTACHMENT 6 � Notice for Filing Agency Protests ATTACHMENT 7 - DHS Form 11000-6 Non-Disclosure Agreement ATTACHMENT 8 � Specification
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/32d43c6672e64017a085f605727b3b42/view)
 
Place of Performance
Address: CA 94501, USA
Zip Code: 94501
Country: USA
 
Record
SN07473458-F 20250613/250611230041 (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.