Federal Bid

Last Updated on 03 Feb 2020 at 8 PM
Combined Synopsis/Solicitation
Curtis bay Maryland

Tank Sandblasting

Solicitation ID 70Z04020P60931Y00
Posted Date 03 Feb 2020 at 8 PM
Archive Date 18 Feb 2020 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Sflc Procurement Branch 3(00040)
Agency Department Of Homeland Security
Location Curtis bay Maryland United states 21226
  1. This is a combined synopsis/solicitation for commercial services, prepared in accordance with the format in subpart 12.6 of the FAR and as 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.
  2. Solicitation number 2120400Y6179M05005 applies, and is issued as a Request for Quotation.
  3. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2019-05 (AUG 2019).
  1. This procurement is 100% set aside for small business concerns.  The North American Industry Classification System (NAICS) code is 332813 and the business size standard is 500 PPL.  U.S. Coast Guard Surface Forces Logistics Center intends to award a Firm Fixed Price Contract.
  2. All responsible sources may submit a quotation, which if timely received, shall be considered by the Agency. Companies must have valid DUNS numbers and be registered with System for Award Management (SAM) @ www.sam.gov and shall provide the company Tax Information Number (TIN) with their offer. The closing date and time for receipt of quotes is _February 17, 2020_, at _12_ p.m. Eastern Standard Time.

 

ITEM 0001 – SANDBLAST AND APPLY COATINGS POTABLE WATER TANK

2-25-1-W

Blast Tank and Apply Coatings IAW SOW.

 

PRICING:   1 JOB  $­­­­­­­­­­­­­­­­­­­­­­__________________

 

 

ITEM 0002 – SANDBLAST AND APPLY COATINGS POTABLE WATER TANK

2-25-2-W

Blast Tank and Apply Coatings IAW SOW.

PRICING:   1 JOB  $­­­­­­­­­­­­­­­­­­­­­­__________________

ITEM 0003 - SANDBLAST AND APPLY COATINGS GREY WATER TANK

4-82-2-W

Blast Tank and Apply Coatings IAW SOW.

PRICING:   1 JOB  $­­­­­­­­­­­­­­­­­­­­­­__________________

 

ITEM 0004 - SANDBLAST CHAIN LOCKERS, HAWSE PIPES AND CHAIN TUBES

Blast Chain Lockers (quantity 2), Hawse Pipes (quantity 2) and Chain Tubes (quantity 2) IAW SOW.

PRICING:   1 JOB  $­­­­­­­­­­­­­­­­­­­­­­__________________

ITEM 0005 - SANDBLAST AND APPLY COATINGS SEWAGE HOLDING

4-81-2-W

Blast and Apply Coatings IAW SOW.

PRICING:   1 JOB  $­­­­­­­­­­­­­­­­­­­­­­__________________

ITEM 0006 - SANDBLAST AND APPLY COATINGS SEWAGE ATMOSPHERIC TANK

Blast and Apply Coatings IAW SOW.

PRICING:   1 JOB  $­­­­­­­­­­­­­­­­­­­­­­__________________

ITEM 0007 - SANDBLAST AND APPLY COATINGS VACUUM COLLECTION TANK 4-82-0-E

Blast and Apply Coatings IAW SOW.

PRICING:   1 JOB  $­­­­­­­­­­­­­­­­­­­­­­__________________

ITEM 0008 - SANDBLAST AND APPLY COATINGS BALLAST TANK 4-57-0-W

Blast and Apply Coatings IAW SOW.

PRICING:   1 JOB  $­­­­­­­­­­­­­­­­­­­­­­__________________

 

The closing date and time for receipt of quote is February 17, 2020 @ 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*

  1. Place of Performance is: USCG YARD, 2401 Hawkins Point Road, Baltimore, MD 21226.
     
  2. 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).                      1.  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.                                                                                 
      1. Offerors shall submit one relevant past performance history including: contract number, point of contact and the contact information.
        g) Offerors shall agree to the deliver condition that the vendor shall start the performance on Wednesday, January 1, 2020.
        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.
  3. 52.212-2 Evaluation-Commercial Items (OCT 2014). –This is a commercial service acquisition.  Award will be lowest price technically acceptable.  The Government intends to award on an all or none basis to a responsible offeror whose offer conforms to the solicitation, and provides the Government with the lowest technically acceptable cost.  The evaluation and award procedures in FAR 13.106 apply.
  4. FAR 52.212-3 Offeror Representations and Certifications-Commercial Items (OCT 2018) with Alt 1 included are to be submitted with your offers. 
  5. FAR 52.212-4 Contract Terms and Conditions-Commercial Items (OCT 2018) applies to this acquisition.
  6. FAR 52.212-5 Contract Terms and Conditions Required to Implement Statues or Executive Orders, Commercial Items (OCT 2018).  The following clauses listed in 52.212-5 are incorporated:
  1. 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards  (Oct 2018) (Pub. L. 109-282)(31 U.S.C. 6101 note).
  2. 52.204-99, System for Award Management Registration (Aug 2012) (DEVIATION)
  3. 52.209-6, Protecting the Government’s Interest When Subcontracting with Contractors Debarred, Suspended, or Proposed for Debarment. (Oct 2015) (31 U.S.C. 6101 note).
  4. 52.219-6, Notice of Total Small Business Set-Aside  (Nov 2011)
  5. 52.219-13, Notice of Set-Aside Orders (Nov 2011)
  6. 52.219-28, Post Award Small Business Program Representation (Jul 2013)
  7. 52.222-3, Convict labor (June 2003) (E.O. 11755)
  8. 52.222-19, Child Labor-Cooperation with Authorities and Remedies (Jan 2018) (E.O.13126).
  9. 52.222-21, Prohibition of Segregated Facilities (Apr 2015)
  10. 52.222-26, Equal Opportunity (Sep 2016)(E.O. 11246)  
  11. 52.222-35, Equal Opportunity for Veterans (Oct 2015) (38 U.S.C. 4212).
  12. 52.222-36, Affirmative Action for Workers with Disabilities (July 2014) (29 U.S.C. 793)
  13. 52.222-50, Combating Trafficking in Persons (March 2015)
  14. 52.223-18, Contractor Policy to Ban Text Messaging while Driving (Aug 2011) (E.O. 13513).
  15. 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).
  16. 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (OCT 2018)(31.S.C. 3332). 
  17. 52.222-41, Service Contract Act of 1965 (Aug 2018) (41 U.S.C. 351, et seq.).
  18. 52.222-42, Statement of Equivalent Rates for Federal Hires (May 2014)(29 U.S.C. 206 and 41 U.S.C. 351, et seq.).
  19. 52.233-3 Protest after award (Aug. 1996.)
  20. 52.233-4 Applicable Law for Breach of Contract Chain (Oct.2010).
  1. Defense Priorities and Allocations System (DPAS): N/A
  2. QUOTES ARE DUE BY 12:00 NOON EST on 02/17/20.  Quotes emailed to (preferred method) to Shannon.R.Carter @uscg.mil. POC is Shannon Carter, Procurement Agent, 410-762-6503.
Bid Protests Not Available

Similar Past Bids

Curtis bay Maryland 16 Feb 2021 at 3 PM
Curtis bay Maryland 04 May 2021 at 2 PM
Pembroke pines Florida Not Specified
Bremerton Washington 29 May 2018 at 8 PM
Location Unknown 14 Nov 2018 at 10 PM

Similar Opportunities

Location Unknown 14 Jul 2025 at 4 AM
Location Unknown 10 Jul 2025 at 4 AM
Kearney Nebraska 12 Jul 2025 at 12 AM (estimated)
Curtis bay Maryland 10 Jul 2025 at 11 AM