Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 29, 2024 SAM #8311
SOLICITATION NOTICE

36 -- Gangway and Brow for the CGC Joshua Appleby, St. Petersburg FL

Notice Date
8/27/2024 6:08:53 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
BASE MIAMI(00028) MIAMI FL 33132 USA
 
ZIP Code
33132
 
Solicitation Number
70Z02824Q240000008
 
Response Due
9/10/2024 12:00:00 PM
 
Archive Date
09/25/2024
 
Point of Contact
Jerry Lopez, Phone: 3054157080, Eugene Wright, Phone: 727-502-1569
 
E-Mail Address
jerry.lopez@uscg.mil, Eugene.R.Wright@uscg.mil
(jerry.lopez@uscg.mil, Eugene.R.Wright@uscg.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This combined synopsis/solicitation for services is prepared in accordance with the format in subpart 12.6 of the Federal Acquisition Regulation (FAR) as supplemented with additional information included in this notice. This synopsis/solicitation is being advertised as Small Business Set-Aside only. This announcement constitutes the only solicitation; no separate written solicitation will be issued. The solicitation number is 70Z028-24-Q-240000008. �Applicable North American Industry Classification Standard (NAICS) codes are: 332311�- Prefabricated Metal Building and Component Manufacturing size standard:� 750 employees This requirement is for a firm fixed price contract. �The contract will be awarded using simplified acquisition procedures in accordance with FAR part 13 and part 15 The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, LOWEST PRICE, TECHNICALLY ACCEPTABLE (LPTA). When submitting your proposals, request a price breakdown of the following: Cost of labor and materials to provide a brow and gangway for Coast Guard Cutter Prospective contractors must also provide along with your proposal, past performance documents which will be used to determine expertise to perform work requested. Contract will be awarded to the vendor who can perform the work outlined in the provided SOW in the time frame needed by unit.� Past Performance and Cost factors will also be used when selecting the award. Anticipated award date: 5 business days after close of solicitation, OOA 17 Sept 2024 Quotes are to be received no later than close of business (3 p.m.) on 10 Sept 2024. Quotes can be email to: �Jerry.Lopez@uscg.milQuotations sent via the US Postal Service or hand delivered should be sent to: Commanding Officer USCG Base Miami Beach (P&C) �Attn: Jerry Lopez 909 SE 1st Ave, Room 512 Miami, FL 33131. Telephone requests of quotes, will not be accepted, a formal notice of changes (if applicable) will be issued in Sam.Gov Wage determinations:� SCOPE OF WORK:� Contractor needed to fabricate a ships brow and travel brow for the Coast Guard Cutter Joshua Appleby using the below specs: Main Brow with Step up: * 3'-0"" wide walk surface * Gangway walk surface to be knurled, non-skid * Gangway to have a vertical working range of 15� above to 15� below horizontal * All Welded construction * Gangway to have a pipe handrail on both sides of the gangway * Live load capacity: 500 lbs. * Gangway to have four (4) lifting lugs * All gangway hardware to be stainless steel * Gangway to have (2) 8""� casters at the vessel end * Gangway to have 16"" high step-up mount on the dock end - Step-up mount to consist of (2) 8"" high steps from the top of the mounting surface - Step-up mount walk surface to be serrated bar grating * Gangway to have end handrail returns at both ends * Gangway body, handrails, and walk surfaces marine grade aluminum construction * Gangway 16"" high step-up mount to be carbon steel construction and hot dipped galvanized finish to ASTM A123 Travel Brow: * 2'-0"" wide walk surface * Gangway walk surface to be knurled, non-skid * Gangway to have a vertical working range of 15� above to 15� below horizontal * All Welded construction * Gangway to have a removable pipe handrail on both sides of the gangway * The removable pipe handrail to have a top rail and mid rail * The removable pipe handrail to be bolt on * Live load capacity: 350 lbs. * Gangway to have four (4) lifting lugs * Gangway body, handrails, and walk surfaces to be aluminum construction Minimum Requirements: * All equipment shall conform to OSHA standards * All structural steel will be designed per ASCE 7-10 and AISC 14th Edition * All galvanized steel shall be hot dip galvanized per ASTM-123 * All structural steel welding shall conform to AWS D1.1 specifications * All structural aluminum welding shall conform to AWS D1.2 specifications Ship to Location: USCGC Joshua Appleby 600 8th Avenue SE St. Petersburg, FL.� 33701 Attn:� Eugene Wright Delivery Date within 6 - 8 weeks After receipt of order. Site visit:� N/a Q&A�s:� Questions concerning the work requested must be sent to Jerry.Lopez@uscg.mil by COB Wed 04 Sept 2024� These Q&A�s will be answered and posted to this solicitation as an amendment to solicitation prior to close. 52.212-1 -- Instructions to Offerors -- Commercial Items. (DEVIATION 2018-O0018) Instructions to Offerors -- Commercial Items (June 2020) 52.212-3 Offeror Representations and Certifications -- Commercial Items (June 2020) Work hours:� Monday through Friday, 0800 � 1500 (8 am � 3 pm) No weekends or Holidays authorized. See attached applicable FAR Clauses by reference. Offerors may obtain full text version of these clauses electronically at: www.arnet.gov/far The following Homeland Security Acquisition Regulations (HSAR) are incorporated as addenda to this solicitation: HSAR 3052.209-70 Prohibition on Contracts with Corporate Expatriates (Jun 2006); Contracting Officers Technical Representative (Dec 2003) (COTR) HSAR 3052.237-72. Copies of HSAR clauses may be obtained electronically at http://www.dhs.gov. Request Company�s tax ID information and UEI number. Vendors providing an offer must be registered in SAM (System for Award Management) prior to close of this solicitation. https://www.sam.gov/portal/public/SAM/. The vendors SAM registration must be in an �ACTIVE� status prior to award. Vendors must ensure that the above listed NAICS codes are listed on their SAM registration to perform this type of service.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7d13e6aef00c40d699101dd149e94c34/view)
 
Place of Performance
Address: Saint Petersburg, FL 33701, USA
Zip Code: 33701
Country: USA
 
Record
SN07188198-F 20240829/240827230127 (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.