Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:70Z08522QIBCT0407-C00
Vessel: USCGC CHOCK Location: CURTIS BAY, MD 21226 Preferred Period of Performance to Start: 05JAN22 Options: 10JAN22; 17JAN2022 This is a combined synopsis/solicitation for commercial items/services ...
Vessel: USCGC CHOCK Location: CURTIS BAY, MD 21226 Preferred Period of Performance to Start: 05JAN22 Options: 10JAN22; 17JAN2022 This is a combined synopsis/solicitation for commercial items/services 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 70Z0-8522-Q-IBCT0407-C00 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 2005-65 dated January 29, 2013. 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. All responses from interested vendors must be received on/before 0800 Pacific Time, JANUARY 4TH, 2021, and will be reviewed by the Government. The United States Coast Guard Surface Force Logistics Center has a requirement for the following service: Complete overhaul of ship’s #2SSDG, load test, oil samples, and return back to Curtis Bay, MD for USCGC Chock. Scope of work Inmediately upon award of contract, the contractor shall begin the ordering of all parts to ensuure availability to reduce any long lead time items that include but are not limited to crankshafts and fuel injection pumps. Additionally make preparations for travel as necessary for the purpose of this project. The contractor shall pickup gen-sets at the point of origin (Curtis Bay, MD). The contractor shall overhaul #2SSDG and return to point of origin. Exact pick up and return dates will be coordinate with the CG PE. Satisfactory final acceptance testing after installation must be completed. The contractor shall provide the services of a qualified tech rep who is familiar with the Cummins Onan Marine Generator Set. Advise on manufacturer's propietary information pertinent to the system. Ensure compliance with manufacturer's procedures and standards during disassembly, inspection, reassembly, and testing. Ensure tech rep has a resume and list of references to the COR at the arrival. Protective measures-general: N/A Interference: N/A Tools and supplies. The contractor shall provide all personnel, labor, materials, parts, tools (including special tooling), test fittings, supplies, consumables, and equipment for accomplishment of tasks. CONTINUATION OF SWO ATTACHED. Questions and quotes shall be emailed to Barbara.Falero@uscg.mil and Isaiah.c.ragan@uscg.mil Contractors are responsible for verifying receipt of quotes. INTERESTED VENDORS PLEASE SUBMIT AN OFFICIAL QUOTE WITH A SAM.GOV REGISTERED DUNS NUMBER AND EMAIL TO Barbara.Falero@USCG.MIL and Isaiah.c.ragan@uscg.mil