Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 05, 2024 SAM #8074
SOLICITATION NOTICE

J -- USCGC SYCAMORE Dock-side FY24

Notice Date
1/3/2024 2:05:31 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
70Z08524RIBCT0003
 
Response Due
2/8/2024 8:00:00 AM
 
Archive Date
02/23/2024
 
Point of Contact
Ou Saephanh, Diego Avila
 
E-Mail Address
Ou.T.Saephanh@uscg.mil, diego.j.avila@uscg.mil
(Ou.T.Saephanh@uscg.mil, diego.j.avila@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
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 non?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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e22c82dcad6a4cc5950e62fa978d35df/view)
 
Place of Performance
Address: Newport, RI 02840, USA
Zip Code: 02840
Country: USA
 
Record
SN06925544-F 20240105/240103230042 (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.