Rhode Island Bids > Bid Detail

USCGC SYCAMORE Dock-side FY24

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159028534821022
Posted Date: Jan 3, 2024
Due Date: Feb 8, 2024
Source: https://sam.gov/opp/e22c82dcad...
Follow
USCGC SYCAMORE Dock-side FY24
Active
Contract Opportunity
Notice ID
70Z08524RIBCT0003
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
SFLC PROCUREMENT BRANCH 2(00085)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-08:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Jan 03, 2024 02:05 pm PST
  • Original Date Offers Due: Feb 08, 2024 08:00 am PST
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Feb 23, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J998 - NON-NUCLEAR SHIP REPAIR (EAST)
  • NAICS Code:
    • 336611 - Ship Building and Repairing
  • Place of Performance:
    Newport , RI 02840
    USA
Description

1. This requirement will be competed as 100% Small Business Set-aside. Award from this solicitation will be made to the responsible offeror whose proposal conforms to all the submission requirements outlined in the instructions to offerors and is determined to provide the best value to the Government, which will evaluate the price and nonā€cost factors. Technical and past performance factors when combined, are more importance than price. Under Best Value, the Government may accept other than the lowest priced proposal if the perceived benefit warrants the additional price. Per FAR Part 2, Best value is defined as "the expected outcome of an acquisition that, in the Government's estimation, provides the greatest overall benefit in response to the requirement."



a. All offerors shall provide a written statement that all repair work done in accordance with the terms, conditions, and attachments to this solicitation are under a minimum of a 60-day warranty. Failure to provide a warranty statement may result in the proposal not being considered for award.



b. All offerors shall fully comply with terms and conditions of the RFP and address all solicitation requirements to be eligible for award. The solicitation document must be completed in its entirety in order to be compliant with the full solicitation. Offerors that take exception to any term or condition of this RFP, propose any additional term or condition, or omit any required information may not be considered for award.





2. Completing the RFP: Please ensure the following information/sections are completed in their entirety:



a. Page 1 blocks 17a, 26 (TOTAL OFFER AMOUNT), 30a, 30b and 30c.



b. Complete all clauses requiring vendor certifications or information.



c. CLIN prices shall be in U.S. Dollars (inclusive of all costs, applicable taxes, and all relevant charges)



d. Provide required certifications and documents, per paragraph 3 (below)



e. Written statement of 60-day warranty



Please read the RFP and all attachments in their entirety.





3. Technical Requirements



As stated in the Work Specification Document, a technically compliant vendor must submit:



a. List of Subcontractors, work items involved, and work site addresses



b. Welders Qualifications, including welder's name, type of qualifications, and date of last qualification test



c. Written description of Property Control System for GFP



d. List of NFPA certified Chemists



e. Designation of Competent Person



f. List of Qualified Sil-brazers





4. Past performance



a. All offerors must provide two (2) instances of relevant past performance performed within the last three (3) years. This information shall include, but is not limited to:



i. Contract Number, Date of Contract Award, and Period of Performance



ii. Contact Information for Customer



iii. Contract Description



iv. Relevant Information





5. To be considered complete, an offer must adhere to the proposal requirements as well as paragraphs 2 and 3, above. A complete proposal shall include a detailed description of the vendor's understanding and plan for compliance with the Specification for dockside repairs.





6. The Contracting Officer plans to make an award without discussions. Therefore, the offer should be complete as submitted, include the offerors best price, and shall not include references to data or information previously submitted. Data previously submitted, if any, will not be incorporated "by reference" into the offer and will not be considered in the evaluation of the offer.





7. Clarifications/Questions regarding any aspect of this procurement shall be submitted in writing per ATTACHMENT 4 via email only and addressed to Ou.T.Saephanh@uscg.mil and Diego.J.Avila@uscg.mil no later than 8 AM PST on January 25, 2024. Phone calls will not be accepted. The subject line of all email correspondence must state RFP#70Z08524RIBCT0003 QUESTIONS in the subject line. All questions and responses will be posted via email and on SAM.gov for all potential offerors to review. Any revision to the RFP as a result of questions and answers will be issued as an amendment to the solicitation. Questions received after this deadline may not be considered.





8. Request for Drawings: The last day to request drawings regarding this solicitation is 8 AM PST on January 25, 2024. After this date, further requests may not be accepted due to time constraints. To request drawings, contact Ou.T.Saephanh@uscg.mil and Diego.J.Avila@uscg.mil. All requests should identify the solicitation number RFP#70Z08524RIBCT0003. 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 https://www.dla.mil/HQ/LogisticsOperations/Services/JCP/. Only those vendors that have current certification by JCP will be able to be granted explicit access to these packages by the USCG.





9. Responses to this solicitation shall be submitted in writing via email only and addressed to Ou.T.Saephanh@uscg.mil and Diego.J.Avila@uscg.mil no later than 8 AM PST on February 8, 2024. Phone calls will not be accepted. The subject line of all email correspondence must state RFP#70Z08524RIBCT0003 in the subject line. Proposals received after the deadline may not be considered.



10. Site Visits/Ship Check should be scheduled and completed 0800 PST on January 23, 2024. If you are contemplating a site visit, please contact the above names by email.





ANTICIPATED AWARD DATE: The anticipated date of award is on or about March 4, 2024.


Attachments/Links
Contact Information
Contracting Office Address
  • COAST GUARD ISLAND, BLDG 50-7
  • ALAMEDA , CA 94501
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Jan 03, 2024 02:05 pm PSTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >