***A mandatory site visit is required before submitting bid. The site visit is scheduled for 05/11/21 at 10:30 a.m. Eastern Standard Time. Please report to 2401 Hawkins Point Road, Curtis Bay, MD 21226. Point of Contact – James Johnston, 410-636-3095***
ITEM 0001 – SANDBLAST, GRIT REMOVAL, GRIT DISPOSALS & APPLY COATINGS
Blast Tank, Remove Grit, Dispose of Grit and Apply Coatings IAW SOW.
BALLAST TANK 4-0-0-W
PRICING: 1 JOB $__________________
ITEM 0002 – SANDBLAST, GRIT REMOVAL, GRIT DISPOSAL & APPLY COATINGS
Blast Tank, Remove Grit, Dispose of Grit and Apply Coatings IAW SOW.
BALLAST TANK 4-6-0-W
PRICING: 1 JOB $__________________
ITEM 0003 – SANDBLAST, GRIT REMOVAL, GRIT DISPOSALS & APPLY COATINGS
Blast Tank, Remove Grit, Dispose of Grit and Apply Coatings IAW SOW.
BALLAST TANK 4-48-0-W
PRICING: 1 JOB $__________________
ITEM 0004 – SANDBLAST, GRIT REMOVAL, GRIT DISPOSALS & APPLY COATINGS
Blast Tank, Remove Grit, Dispose of Grit and Apply Coatings IAW SOW.
BALLAST TANK 4-30-3-W.
PRICING: 1 JOB $__________________
ITEM 0005 – SANDBLAST, GRIT REMOVAL, GRIT DISPOSALS & APPLY COATINGS
Blast Tank, Remove Grit, Dispose of Grit and Apply Coatings IAW SOW.
BALLAST TANK 4-30-4-W
PRICING: 1 JOB $__________________
The closing date and time for receipt of quote is May 19, 2021 @ 12:00 P.M. (EST). Quotes must be emailed to Shannon.R.Carter @uscg.mil. Pricing shall be submitted as ONE (1) JOB, LUMP SUM PRICING.
Security Requirements: The U. S. Coast Guard Yard, Baltimore, Md is a controlled access area. All contractors and subcontractors performing work on this contract shall utilize the RAPIDGate program. RapidGate manages a non-Common Access Credential (CAC) eligible vendor/contractor companies and their employees who require access to Coast Guard Yard, Baltimore. Vendor/Contractor CAC eligibility has been restricted to only those who require physical access to Coast Guard Yard and logical access to a DOD or DHS network or system.
All personnel shall receive visitor’s passes and clearance from USCG Coast Guard Security located at the main gate. List of personnel needing access shall be provided to the COR twenty-four (24) hours prior to requiring access. Personnel will be required to provide full name, picture I.D. (valid driver’s license preferred), and date of birth. For non US citizen’s, a passport will be required. The following forms of IDS are authorized:
-CAC – Foreign Passport containing appropriate visas
-TWIC – Green Cards
- Passort – MOST state IDs
The following state IDs will not be accepted
-Maine – Missouri*
-Minnesota – Washington*
-Montana
*Enhanced Driver’s Licenses (EDL) from Missouri and Washington will be accepted.
*PLEASE ENSURE THAT YOUR COMPANY DUNS IS PRINTED ON YOUR QUOTATION AND YOUR COMPANY’S WWW.SAM.GOV REGISTRATION IS CURRENT/ACTIVE/UP TO DATE*
The following FAR clauses apply to this solicitation. Offerors may obtain full text versions of these clauses electronically at http://www.arnet.gov/far. FAR 52.212-1 Instructions to Offerors-Commercial Items (OCT 2018). Parties responding to this solicitation may submit their offer, AFTER SITE VISIT, in accordance with their standard commercial practices (e.g. on company letterhead, formal quote form, etc.) but must include the following information:
a) company’s complete mailing and remittance addresses
b) discounts for prompt payment if applicable
c) cage code
d) Dun & Bradstreet number
e) Taxpayer ID number
Offerors shall submit one relevant past performance history including: contract number, point of contact and the contact information. Offerors shall agree to the deliver condition that the vendor shall start the performance on Monday, June 7, 2021. Offerors shall include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items with their offer. If any offeror is registered in SAM, verification by the applicable vendor is needed to evidence that the record is current and valid.