Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 13, 2017 FBO #5864
SOLICITATION NOTICE

J -- MARINE CHEMIST

Notice Date
12/11/2017
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541990 — All Other Professional, Scientific, and Technical Services
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), USCG Surface Forces Logistics Center (SFLC) Procurement Branch 1, 300 East Main Street, Suite 600, Norfolk, Virginia, 23510-9102, United States
 
ZIP Code
23510-9102
 
Solicitation Number
70Z080-18-Q-P45536
 
Archive Date
12/30/2017
 
Point of Contact
Viki Frey, Phone: 7576284642, Garth Gobbell, Phone: 7576284631
 
E-Mail Address
viki.j.frey@uscg.mil, garth.c.gobbell@uscg.mil
(viki.j.frey@uscg.mil, garth.c.gobbell@uscg.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The U.S. Coast Guard (USCG) invites your company to submit a quotation in accordance with the following: 1. One (1) job: ISR ITEM #1 Marine Chemist. Provide all labor, travel, equipment and supervision to perform the following: Provide Gas Free Certificate. Gas Free Engineering Services to certify the affected space prior to any Hot Work being conducted. One (1) job: ISR ITEM #2 Safety Competent. Inspect daily for Hot Work. Include Travel is applicable. One (1) job: ISR ITEM #3 STBD Fuel Oil Deck Connection Piping, Renew. Disconnect at flange and cut at deck, Remove deck nipple, Install new nipple, At underside of deck cut approx 5' of the 2-1/2" piping up to ninety (90) degree elbow, Prep to received new pipe piece, Fit and weld to the deck nipple, Fit and Weld elbow, flange and pipe pieces, Bolt flanges and install new pipe hanger, Operational test to the satisfaction of USCGS Venturous. One (1) job: Materials and Travel for ISR ITEM #3 One (1) job: ISR ITEM #4 Remove valve to support hot work for the STBD Lube Oil Deck connection piping, Renew, Remove valve at lube oil fill line prior to marine chemist arrival, Reinstall after completion of hot work. One (1) job: Travel associated with ISR ITEM #4 if applicable. One (1) job: ISR ITEM #5 STBD Lube Oil Deck Connection Piping, Renew. Disconnect at flange and cut at deck, Remove deck nipple, Install new nipple, At underside of deck cut approx 5' of the 2-1/2" piping up to the 90 degree elbow, Prep to receive new pipe piece, Fit and weld to the deck nipple, Fit and weld elbow, flange and pipe pieces, Bolt flanges and install new pipe hanger, Operational test to the satisfaction of USCGC Venturous. One (1) job: Material and travel associated with ISR ITEM #5 if applicable One (1) job: ISR ITEM #6 NR2 Reduction Gear Lube Oil System Pump mounting and flange installation. Prefab new pump mount, drill and tap to receive new pump, Modify pipe and flanges per drawing 627-WMEC-241-010 Rev - and sketch provided. Fit and weld new pump mount, Install new pump and connect pipe pieces and pump to electric motor, Operational test to the satisfaction of USCGC Venturous. One (1) job: Material and travel associated with ISR ITEM #6 if applicable One (1) job: ISR ITEM #7 NR2 Reduction Gear Lube Oil System Pump and Electric Motor Alignment. Machinists to attend vessel and verify alignment of pump and electrical motor (adjust motor to pump). One (1) job: ISR ITEM #8 Insulation removal and reinstallation to support STBD Fuel Oil Deck Connection Piping, Renew and STBD Lube Oil Deck Connection Piping. Remove protective wire mesh and insulation in way of pipe riser repair, Upon completion of paint touch up reinstall insulation and wire mesh to the satisfaction of USCGC Venturous. One (1) job: Materials and Travel associated with ISR ITEM #8 if applicable One (1) job: ISR ITEM #9 Blast, prime and paint new and disturbed areas. Material prior to installation to be blasted and primed for paint spec, Attend vessel after completion of hot work, clean and touch up, Apply final coat on new and disturbed areas to the satisfaction of the USCGC Venturous. One (1) job: Materials and travel associated with ISR ITEM #7 if applicable. 2. Place of performance: CGC Venturous, c/o CG Station, 600 8th Avenue SE, St. Petersburg, FL 33701 3. Period of Performance: 2 January 2018 4. Provide your company's DUNS number. https://www.sam.gov/portal/SAM/#1 5. This acquisition is issued set-aside 100% for Small Business. The associated NAICS code is 541990 and the small business size standard is $15.0. 6. Source selection: The Lowest Price Technically Acceptable source selection process will be used; contract award will be made to a Contractor with the best value resulting from selection of the technically acceptable proposal with the lowest evaluated price. 7. Please submit your quotation to Viki Frey via email to Viki.J.Frey@uscg.mil by 5:00 pm EST on 15 December 2017. Any questions or concerns regarding any aspect of this RFQ must be forwarded to Viki Frey via email Viki.J.Frey@uscg.mil via telephone (757) 628-4642 or Contracting Officer, SKC Garth Gobbell via email Garth.C.Gobbell@uscg.mil and telephone (757) 628-4631. PROVISIONS / CLAUSES: The following FAR Clauses and Provisions apply to this acquisition: FAR 52.212-1 - Instructions to Offerors - Commercial Items (Jan 2017) 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 (Nov 2017) 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 (Jan 2017) with the following addenda's. FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Nov 2017) FAR 52.219-6 - Notice of Total Small Business Set-Aside (Nov 2011) 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 2016). 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 (Oct 2016) FAR 52.222-21 - Prohibition of Segregated Facilities (Apr 2015) FAR 52.222-26 - Equal Opportunity (Sep 2016) 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 (Mar 2015) 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 (Jul 2013) FAR 52.233-3 - Protest After Award (Aug 1996) FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004) *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 at ORCA 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
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/COUSCGMLCA/70Z080-18-Q-P45536/listing.html)
 
Place of Performance
Address: 600 8TH AVENUE SE, ST PETERSBURG, Florida, 33701, United States
Zip Code: 33701
 
Record
SN04763323-W 20171213/171211231623-ae0601ffa8d5f4d75b10f89300135596 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.