SOLICITATION NOTICE
F -- COAL SLAG GRIT REMOVAL & DISPOSAL
- Notice Date
- 8/9/2023 6:29:54 AM
- Notice Type
- Combined Synopsis/Solicitation
- Contracting Office
- SFLC PROCUREMENT BRANCH 3(00040) BALTIMORE MD 21226 USA
- ZIP Code
- 21226
- Solicitation Number
- 70Z04023Q60117Y00
- Response Due
- 8/24/2023 5:00:00 AM
- Archive Date
- 09/08/2023
- Point of Contact
- SK2 TYRONE JOHNSON, Phone: 4107626543
- E-Mail Address
-
TYRONE.W.JOHNSON@USCG.MIL
(TYRONE.W.JOHNSON@USCG.MIL)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a combined synopsis/solicitation for commercial items, prepared in accordance with the format in subpart 12.6 of the FAR and as supplemented with additional information included in this notice. This announcement constitutes only solicitation; quotes are being requested and a separate written solicitation will not be issued. Solicitation number�70Z04023Q60117Y00 applies and is used as a Request for Quote (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-87, effective, 7 March 2016. It is anticipated that a competitive price purchase order shall be awarded as a result of this synopsis/solicitation. All responsible sources may submit a quotation, which if timely received, shall be considered by this agency. The U.S. Coast Guard, Surface Forces Logistics Center (SFLC) intends to award a Firm Fixed Price Purchase Order. No down payments or advanced payments will be made to the awarded vendor. Vendor shall ensure they can secure funding for this order until delivered and received by the US Coast Guard. Payment will be made by Government Purchase order (Net 30) and the vendor shall assume financial responsibility until the order is accepted and received by US Coast Guard. Payment of the work is authorized to be submitted as work is completed but must be approved by the Contracting Officer First. Basis for Award:�This�solicitation is based on FAR 13 � Simplified Acquisition Procedures and quotes will be reviewed and awarded on a Lowest Priced Technically Acceptable basis per the solicitation.� Past performance will only be reviewed for �responsibility� basis per FAR 9.1.�There are no adjectival ratings nor will award be based on a best value tradeoff basis.�All quote�s will be evaluated for who meets all the technical requirements, next who meets our deadlines and finally what is the lowest cost. All quotes shall be emailed to SK2 JOHNSON via TYRONE.W.JOHNSON@USCG.MIL and shall be received no later than 08/24/23 0800 �(Eastern). All emailed quotes shall have 70Z04023Q60117Y00 in the subject of the email. If a Site Visit is required in order to bid, please email Paint Shop Foreman Weldon (Donnie) Legg via B.Legg@uscg.mil in order to schedule. ITEM 1: �COAL SLAG GRIT REMOVAL & DISPOSAL DESCRIPTION: Coal Slag Grit Removal & Disposal of Approx. 300 Tons from Bldg. 34 Blast Bay, around the Bldg. and Drums associated to the out side Dust Collector. Contractor must comply to the YARD STATEMENT OF WORK for NONHAZARDOUS ABRASIVE MEDIA REMOVAL & DISPOSAL. SOW Contractor shall provide all personnel, equipment, tools, supervision, and other items necessary to perform Coal Slag Grit Removal and Disposal Services. This order is not for 300 tons of Grit to be removed at one time but in multiple trips until the total for the order is reached or the date of August 1st, 2024, arrives. If August 1st, 2024, arrives and not all 300 tons have been used then any remaining funding will be removed from the order and a new solicitation for future pickups will be posted on SAM. Gov. The Contractor must comply with the Yard Statement for Removal and Disposal of Nonhazardous Abrasive Media which can be sent upon request. The Contractor must provide weight tickets for all material removed within 3 working days. The grit is to be removed from all dust collectors, dust drums under the collectors and on the floor around building 34. Scheduling: When material is ready to be picked up Weldon Legg will contact the Contractor to schedule pick up within 2 working days. The material must be removed during evening hours starting at 5PM to 12AM. Security/ Entry to the base: Access to the Yard during the contract period is coordinated through Weldon Legg. All personnel shall receive visitor�s passes and clearance from the USCG Yard Security at the Main Gate. Personnel will be required to provide full name, picture I.D. (Valid Driver�s License preferred) and date of birth. The following forms of IDS are authorized: CAC, Foreign Passport containing appropriate VISAS, TWIC, Green Cards, US Passport, or most State IDS. Safety: The Contractor must provide Safety Equipment and the Vacuum Truck and equipment shall be maintained in an operable condition that meets all Federal, State of Maryland and local safety requirements. TOTAL: ___________________ Total: UEIN:������������������� NAICS code: Place of Performance: �������������� U.S. COAST GUARD YARD �������������� 2401 HAWKINS POINT ROAD �������������� BLDG 34 �������������� BALTIMORE, MD 21226 Invoicing In IPP It is now a requirement that all invoicing for Purchase Orders will now be entered and processed through https://www.ipp.gov.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/c950a325ce944699aaea8fdffe71d936/view)
- Place of Performance
- Address: Curtis Bay, MD 21226, USA
- Zip Code: 21226
- Country: USA
- Zip Code: 21226
- Record
- SN06782782-F 20230811/230809230047 (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 |