Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:70Z08523QIBCTP45021
Amendment 0006 revising SOS Amendment 0005 extending solicitation, new due date 30 December 2022 at 10:00AM EST Amendment 0004 extending solicitation, new due date 16 December 2022 at 10:00AM EST Amen...
Amendment 0006 revising SOS Amendment 0005 extending solicitation, new due date 30 December 2022 at 10:00AM EST Amendment 0004 extending solicitation, new due date 16 December 2022 at 10:00AM EST Amendment 0003 extending solicitation, new due date 2 December 2022 at 10:00AM EST Amendment 0002 extending solicitation, new due date 10:00AM EST, on 18 November 2022 Amendment 0001 WTGB MCS Upgrade: Solicitation due date remains 4 November 2022 Request for Clarification: Provide Reference Documents listed in Solicitation package. References will be provided via DoD SAFE to interested parties when requested. COMBINED SYNOPSIS/ SOLICITATION This is a combined synopsis/solicitation for commercial services prepared in accordance with the format in FAR Subpart 12.6, supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a separate written solicitation will not be issued. The solicitation is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2022-08 dated 23 September 2022. This requirement is being solicited as a total small business set aside using FAR Part 12 Acquisition of Commercial Items and FAR 13.5 Simplified Procedures for Certain Commercial Items. The NAICS Code is 541330 (Exception 3) – Marine Engineering and Naval Architecture with a small business size standard of $41.50 in millions of dollars. The solicitation number is 70Z08523QIBCTP45021. SCHEDULE OF SUPPLIES/SERVICES: See Attachment 1. DESCRIPTION OF WORK: The Contractor shall furnish all necessary materials, equipment, and personnel to inspect, assess, modify, replace, repair, test and maintain the shipboard propulsion monitor and control system for nine 140’ WTGB class cutters. Required services will be performed on a recurring basis throughout the contract period and any option years exercised under the contract. At a minimum, the Government will require an upgrade to six 140’ WTGB class cutters divided across the base year and option years. The Government will subsequently require a minimum of four (4) grooms onboard cutters per option year, all in exact accordance with this solicitation and the attached Statement of Work (SOW), see attachment 2. Scope of services shall include ship repair and associated support work, and may include work that is not currently listed as Definite Items. CONTRACT TYPE: This solicitation is a request for quotes (RFQ) that will result in the award of a Indefinite Quantity Requirements contract solicited under FAR PART 12 and FAR Subpart 13.5 Simplified Procedures for Certain Commercial Items, subject to availability of funds. CONTRACT PERIOD OF PERFORMANCE: This contract shall be in effect from the date of the award until three years thereafter; if the option years are exercised. Delivery order period of performance will be stated on the order. Base Year 12-Months from effective award date Option Year 1 12-Months after the end of Base Year Option Year 2` 12-Months after the end of the Option Year 1 Base Year: 4 Vessels Option Year 1 4 Vessels Option Year 2` 4 Vessels PLACE OF PERFORMANCE: The services will be performed on-board the cutter, at the respective cutter’s homeport (CONUS) and is listed in the SOW paragraph 10.1. Work will be conducted “pier-side”. In some instances, services may be required while the cutter is moored at an alternate location or dry-docked, either at a commercial or Government facility. TRAVEL: Travel will be quoted prior to each Groom or project requiring travel. Travel will be quoted utilizing the Joint Travel Regulations JTR Manual, if additional travel and per diem is needed for any project, a modification will be issued to revise the Task Order (TO). QUESTIONS: It is strongly encouraged to submit questions regarding this solicitation by 1 November 2022, at 1:00 PM EST. After this date further requests may not be accepted due to time constraints. For questions regarding this solicitation, contact Timothy.M.Shuhart@uscg.mil and Patrick.D.Brown@uscg.mil. Attachment 4 is to be used to request clarifications. QUOTATION DUE DATE: Quotations must arrive no later than 4 November 2022, 1:00 PM EST, Quotations may be sent via electronic mail (e-mail) to Timothy.M.Shuhart@uscg.mil and Patrick.D.Brown@uscg.mil. ANTICIPATED AWARD DATE: The anticipated date of award is on or about 10 November 2022.