USCGC TAHOMA AFT Scuttle 1-216-2

Agency: HOMELAND SECURITY, DEPARTMENT OF
State: Rhode Island
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159770389235958
Posted Date: Apr 15, 2024
Due Date: Apr 19, 2024
Solicitation No: 52000QR240004331
Source: Members Only
Follow
USCGC TAHOMA AFT Scuttle 1-216-2
Active
Contract Opportunity
Notice ID
52000QR240004331
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
SFLC PROCUREMENT BRANCH 1(00080)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 15, 2024 04:34 pm EDT
  • Original Date Offers Due: Apr 19, 2024 09:00 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 19, 2024
  • Initiative:
    • Recovery and Reinvestment Act
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: J020 - MAINT/REPAIR/REBUILD OF EQUIPMENT- SHIP AND MARINE EQUIPMENT
  • NAICS Code:
    • 332321 - Metal Window and Door Manufacturing
  • Place of Performance:
    Newport , RI 02841
    USA
Description

  1. Background and Current Observed Issues



Watertight Hatch 1-216-2 is being to show signs of major degradation and corrosion resulting holes on the linkage assembly for the QAWTS. Continued use of the Hatch and Scuttle may result in a failure of the assembly in the near future. Pictures are attached showing the corrosion.






  1. REFERENCES



CG Drawing 905-WMEC-167-001 (Sheet 26, Line Item 14):






  1. REQUIREMENTS



Contractor to provide a price estimate and anticipated lead times for manufacturing Item One listed below to include standard freight shipping to the address listed in the Place of Performance section of this document.





Line Item 1: WTH with the following specifics: raised (12") Watertight Hatch with 36" x 36" dimensions and a flush 18" quick acting watertight scuttle (hand wheel on top with hand wheel below) in the center for interior ship use. The scuttle is to be outfitted with a hold open built into the hinge. The hatch is to be furnished with a brace hasps/stanchion posts to brace/secure the hatch in the open/raised position at 90 degrees open. It also needs to withstand pressure testing at 13psi.





Following completion of fabrication of the listed item (and before any crating/preparation for shipment), Contractor to provide COR with a photograph of the completed item. Upon shipment, Contractor is to also provide COR the tracking information associated with this order.






  1. PERIOD OF PERFORMANCE



Indicate earliest availability in bid proposal, delivery after 20 July will negatively affect the government’s ability to install this item prior to the vessel’s next operational deployment.






  1. PLACE OF PERFORMANCE



The primary place of performance shall be at USCGC TAHOMA located at below address:





Attn: LT Ross Markham



USCG TAHOMA (WMEC-908)



Naval Station Newport Rhode Island



47 Chandler St.



Newport, RI 02841





Contracting Officer Representative (COR):



LT Ross G. Markham, EO



Ship: (206) 820-5570



Cell: (651) 323-0961



Email: Ross.G.Markham@uscg.mil



NOTE: The USCG/Government reserves the right to Award on an All or None Basis that is the Government may issue a Purchase Order (PO) to the Offeror that submits the lowest aggregate price rather than issue a Purchase Order to each Offeror based on the lowest Quotation on each item.



As stated below, the provision at FAR 52,212-2, Evaluation-Commercial Items-applies with the following addenda:

Award of a contract will be based on the following criteria: The purchase order will be awarded as a firm fixed price contract using simplified acquisition procedures in accordance with FAR Part 13.5.

1. Please provide any warranty information.

2. Vendors MUST be registered in www.sam.gov

The USCG/Government intends to award a purchase order resulting from this synopsis/solicitation to the responsible contractor whose quote conformed to the solicitation which will be most advantageous and the Best Value to the Government, price and other factors considered.



Please Note: Interested Offerors having the expertise as required are invited to submit a Firm Fixed Price quotation that will be considered by the agency. Quotations must be submitted on company letterhead stationery and must include the following information ( 1) Cost Breakdown, (2) Unit Cost, (3) Extended Price, (4) Total Price, (5) Payment Terms, (6) Discount offered for prompt payment, (7) Company Unique Entity ID (UEI) and Cage Code..





Quotes must be received no later than Friday April 19, 2024 at 09:00 A.M. Eastern Standard Time. Email quotes are acceptable and should be sent to Timothy Ford at email address – Timothy.S.Ford@uscg.mil and carbon copy Stacy Spalding at email address Stacy.J.Spalding@uscg.mil .



Any questions or concerns regarding any aspect of the RFQ must be forwarded to the Contracting Officer, CWO3 Stacy Spalding at email address Stacy.J.Spalding@uscg.mil and carbon copy Timothy Ford at email address Timothy.S.Ford@uscg.mil .



The following FAR Clauses and Provisions apply to this acquisition:



FAR 52.212-1 - Instructions to Offerors - Commercial Items (Oct 2018)



FAR 52.212-2 - Evaluation - Commercial Items (Oct 2014) Award will be made to the Offeror proposing the Best Value to the Government considering specification, price, past performance and quality.



FAR 52.212-3 - Offeror Representations and Certifications - Commercial Items (Oct 2018) to include Alt I (Oct 2014). Offeror is to complete the annual representations and certification electronically via the System for Award Management (SAM) Web site accessed through http://www.sam.gov .



FAR 52.212-4 - Contract Terms and Conditions -Commercial Items (Oct 2018) with the following addenda's.



FAR 52.212-5 - Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items (Jan 2019)



The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to this awarded contract.



FAR 52.252-2 - Clauses Incorporated by Reference (Feb 1998), the full text of the clause may be accessed electronically at Internet address http://farsite.hill.af.mil/vffara.htm; A Data Universal Numbering System (DUNS) Number is the primary identifier in FAR 52.204-7 - System for Award Management (Oct 2018).



Contractors are located and identified in SAM by their UEI number. To facilitate payment via Electronic Funds Transfer - SAM, contractors should be registered in SAM. A UEI number can be obtained via www.dnb.com and SAM registration can be obtained via www.sam.gov.



The following Clauses and others as indicated by the Contracting Officer as applicable shall apply to this awarded contract.



FAR 52.222-3 - Convict Labor (Jun 2003)

FAR 52.222-19 - Child Labor Cooperation with Authorities and Remedies ((Jan2020) (E.O.13126).

FAR 52.222-21 - Prohibition of Segregated Facilities (Apr 2015)

FAR 52.222-26 - Equal Opportunity (Sep 2016)

FAR 52.222-35 - Equal Opportunity for Veterans (Jun 2020) (38 U.S.C. 4212).

FAR 52.222-36 - Equal Opportunity for Workers with Disabilities (Jun 2020) (29 U.S.C. 793).



FAR 52.222-37 - Employment Reports on Veterans (Jun 2020) (38 U.S.C. 4212).

FAR 52.222-50 - Combating Trafficking in Persons (Oct 2020) (22 U.S.C. chapter 78 and E.O. 13627).





FAR 52.223-18 - Encouraging Contractor Policies to Ban Text Messaging While Driving (Aug 2011)

FAR 52.225-1 - Buy American Supplies (Jan2021) (41 U.S.C. chapter 83).

(51) 52.225-13, Restrictions on Certain Foreign Purchases (Jun 2008) (E.O.’s, proclamations, and statutes administered by the Office of Foreign Assets Control of the Department of the Treasury).FAR 52.232-33 - Payment by Electronic Funds Transfer - Systems for Award Management (Oct 2018)

FAR 52.233-3 - Protest After Award (Aug 1996)

FAR 52.233-4 - Applicable Law for Breach of Contract Claim (Oct 2004)



*The above/following clauses are incorporated by reference, entire clause(s) available at http://www.arnet.gov/far.



NOTICE TO OFFERORS CONCERNING REPRESENTATIONS AND CERTIFICATIONS:



This solicitation contains FAR Clause 52.204-7, Central Contractor Registration and FAR Provision 52.204-8, Annual Representations and Certifications. In accordance with FAR 4.1201 (a) Prospective contractors shall complete electronic annual representations and certifications SAM accessed via https://www.acquisition.gov. Please ensure completion prior to submission of your quote. Also note that paragraph (b) of FAR 52,204-8 applies.




Attachments/Links
Contact Information
Contracting Office Address
  • 300 EAST MAIN ST, STE 950, VESS DIV
  • NORFOLK , VA 23510
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 15, 2024 04:34 pm EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >