Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:70Z08522PLRE1802800
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. Request fo...
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 as supplemented with additional information included in this notice. Request for Quotations number is 70Z08522PLRE1802800 and is issued as a request for quotations (RFQ). This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. This Request for Quotations incorporates provisions and clauses in effect through Federal Acquisition Circular 2005-84 dated Nov 1, 2015. The NAICS Code is 336611. The Small Business Size Standard is 1250. This is a total small business set aside. All responsible sources may submit proposals that will be considered by the agency. The contract will be awarded on a firm-fixed-price basis using simplified acquisition procedures in accordance with FAR Part 13.5. **For purposes of evaluation and award, Past Performance is considered to be more important than Price. Offerors shall submit quotes as follows – Date: MAY 23RD, 2022 Time: 0800 Pacific Standard Time (PST) Place: William.a.swordjr@uscg.mil REQUIRED DOCUMENTS: Each Offeror shall furnish the information required by the solicitation, which includes: Section 1: Price quote including cost breakdown. Section 2: Past Performance / References Proposal (This section should include the offerors completed representations and certifications.); and Section 3: Any issued amendments to the solicitation. ANTICIPATED AWARD DATE: The contract is expected to be awarded on or about 05/23/2022. QUESTIONS: The last day to ask questions will be MAY 23RD, 2022, 0800 Pacific Standard Time (PST). Questions shall be submitted via e-mail to William.A.Swordjr@uscg.mil. After this date, unless amended, questions will not be accepted. For information regarding this solicitation, please contact WILLIAM SWORD, 510-437-5436. Please Note: Amendments to this solicitation will be publicized in the same manner as the initial synopsis and solicitation. Questions and quotes shall be emailed to William.A.Swordjr@uscg.mil. Contractors are responsible for verifying receipt of quotes. INTERESTED VENDORS PLEASE SEND OFFICIAL QUOTE, WITH A SAM.GOV REGISTERED DUNS NUMBER, AND EMAIL TO William.A.Swordjr@uscg.mil. SCOPE OF WORK ITEM 1: Harness Assembly Installation 1. SCOPE 1.1 Intent. This work item describes the requirements for the Contractor to remove the current wiring harnesses on the #1 Ship Service Diesel Generator (SSDG), and replace them with new wiring harnesses in the process of being procured. The parts are listed below in Table 1. Table 1. Parts to be removed and installed. PART NAME PART NUMBER QUANTITY Harness Assembly 445-7604 1 Harness Assembly* 445-7605 1 Harness Assembly 274-6148 1 *made to order part, currently none in stock. 1.2 Government-furnished property. See Table 1. 2. REFERENCES Coast Guard Drawings Coast Guard Drawing 750-WMSL_801_009 Rev A, Booklet of General Plans (NSC 4 Only) (ASC801001D) (Unsigned) Coast Guard Publications Surface Forces Logistics Center Standard Specification 0000 (SFLC Std Spec 0000), 2014, General Requirements Other References None 3. REQUIREMENTS 3.1 General. 3.1.2 Tech Rep. Requesting Tech Rep from Caterpillar to perform work. 3.1.3 Protective measures. None. 3.1.4 Interferences. The Tech Rep shall handle all interferences as listed below in accordance with SFLC Std Spec 0000, paragraph 3.3.5 (Interferences). Known interferences include, but are not limited to the below listed: Wiring/cables Switchboard doors 3.1.5 Work locations and details. The Tech Rep shall perform all tasks specified herein and by Caterpillar, Inc., to remove and install the parts specified in Table 1 above. See the Coast Guard Drawings in Section 2 above or Section 4 below for further guidance, locations, and details. 3.1.6 Materials. The Tech Rep shall source and provide all materials for this work item, unless otherwise specified in Paragraph 1.2 Government-furnished property. 3.1.7 Work plan. The Tech Rep shall provide a work plan for removal and installation of the parts listed in the Table 1 to COR before or on arrival conference. 3.1.8 Notification. The Tech Rep shall give written notification to COR 48 hours before starting work on this work item. 3.1.9 Removal and installation (Renew underlayment). The Tech Rep shall follow manufacturer’s installation instruction, to remove the old and install the new parts listed in Table 1. 3.2.0 Disposal The Contractor shall remove and scrap all removed equipment from the work. Disposal shall be in accordance with all local, state, and federal laws and regulations. 4. NOTES FIGURE 1. LoCATION OF WORK AMR UPPER GRTG LEVEL Table 1. Parts to be removed and installed. PART NAME PART NUMBER QUANTITY Harness Assembly 445-7604 1 Harness Assembly* 445-7605 1 Harness Assembly 274-6148 1 *made to order part, currently none in stock.